Download as pdf or txt
Download as pdf or txt
You are on page 1of 114

VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

VOLUME – I: Technical Bid

SECTION-II
INSTRUCTIONS TO BIDDERS

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR 1


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

THIS PAGE IS LEFT INTENTIONALLY BLANK.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

SECTION - II

INSTRUCTIONS TO BIDDERS
1.0 GENERAL:

Online tenders are invited and published by the Authority as per Tender Notice, for the work (as
mentioned in tender notice) from the contractors who are registered in AA class, in R&B
Department or Narmada Water Resources, Water Supply & Kalpsar Department and the other
bidders equivalent of class in Government (State/Central), Board, Corporation, and Government
Undertaking /Organisations of State & Central Government. The concerned Contractor shall submit
the certificate of registration as in concerned State/ Government bodies/ Authority along with the
tender.
(i) The concerned Contractor shall submit the certificate of registration as in concerned State/
Government bodies/ Authority along with the tender.
(ii) The Contractors who are not registered in AA class in Government of Gujarat (R&B Department
or Water Resources Department) and having the above stated Registration, such Contractor
shall have;
a) to apply on or before the last date of submission of tender documents to get
himself registered in AA class in Government of Gujarat (R&B Department or Water
Resources Department);
b) to obtain registration in AA class, in Government of Gujarat, (R&B Department or Narmada
Water Resources, Water Supply & Kalpsar Department) before the date of work order of
project contract to be issued, if awarded.
c) the proof of valid application for Registration in AA shall have to be uploaded with the Tender
documents.
Failure of taking action mentioned above for (a) and (c) the concerned contractor shall be disqualified
and for (b) agency to be bound to the decision of GUDC.
(i) In case of Bidder participating as a Joint Venture:
a) The lead member shall have AA class Registration as per (i) and (ii) above
b) The other member shall also have AA class Registration as per (i) and (ii) above
The proof of registration of all the members of Joint Venture in concerned State/Government
bodies/Authority along with documents as per (i) or (ii) to be uploaded along with bidder’s
submission.
1.1 SPECIAL ATTENTION

(i) This tender consists for the work (as mentioned in tender notice)

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

(ii) A pre- bid conference for the works, open to all intending bidders, shall be held on the date &
venue as mentioned in the Tender Notice.
(iii) All Bidders are urged to submit a written request immediately upon receipt of the tender
documents for the matter where clarification and/or additional information are desired, along
with the details of work. The request shall be submitted not less than four days in advance of
the pre-bid conference.
(iv) The tender document shall be submitted as per procedure laid down in Section-II, Para No.
26, for submission of tender.

(v) Earnest money deposit details & scanned copy shall be submitted as prescribed online and
after submission online, in form specified shall be submitted in office of concerned officer
(mentioned in Tender Notice), as per details given online in sealed envelope. If earnest
money deposit is not received within prescribed time limit the bid shall be rejected.

(vi) Tender shall be opened as per procedure laid down in this Section-II, clause 28 and as per
detailed tender notice.

(vii) All Bidders are cautioned that e-tender containing any deviation from the contractual terms
and conditions, specifications or requirements shall be rejected as non- responsive.

(viii) Conditional offer will be out right rejected. No condition shall be included in tender.

(ix) Deleted

(x) Qualification of bidder will be done whose tender is considered responsive and meets the
specified evaluation and qualification criteria as per tender conditions.

(xi) Bidders shall have to declare regarding the tender submitted in the prescribed format.

(xii) The department reserves the right to qualify/ disqualify any applicant without assigning any
reason thereof.

(xiii) The bidder shall be disqualified if;

a. The bidder had made misleading or false representation in the forms, statements and
attachment submitted in proof of qualification requirements and/or

b. A record of poor performance such as abandoning the work, not properly completing the
contract, inordinate delays in completion, litigation history or financial failures etc.

c. The Bidder/JV Member has been blacklisted by any Government/ Non-Government / Private
agencies/Organizations/Institutions/Government Undertakings and funding Agencies in the
last 05 years.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

The bidder should provide accurate information on litigation and/ or arbitration resulting from
contract completed or under execution by him over the last five years. A consistent history of
arbitration awards/ judgments against the applicant or any partner of a joint venture may
result in disqualification for proposed work. If the details of litigation history is hidden by the
applicant and later on it comes to knowledge of the employer the bidder shall be disqualified
for the proposed work and other appropriate actions shall be taken against the bidder.

The bidder should submit undertaking on non-judicial stamp paper of Rs.300/- dully attested
by notary public regarding document submitted, are true. Board would have the right to forfeit
the EMD and black list to the bidder if any of the information given by the bidder is found
faulty or incorrect or misleading.

(xiv) If the bidder has submitted tender fee and EMD online & in hard copy, the request of the
bidder for not opening of bid shall not be accepted in any circumstances.

(xv) If bidder has not submitted in original, tender fee and E.M.D. offline, but same is scanned and
submitted with his bid online or vice versa within stipulated period, to the designated officer
as per Tender document, the bid shall be liable to be considered as non-responsive.

(xvi) All those documents which are scanned and submitted should be numbered chronologically
and with their reference in the self-appraisal of P.Q. will have to be given for the proof of
qualification.

(xvii) The bidder/JV/MoU partner whose contracts are earlier terminated/blacklisted/debarred on


account of poor performance in any State Govt./Board/Municipal Corporations/ Central Govt./
Any State Govt. Organization, Urban Local Body and/or its undertaking company or its SPV,
Asian Development Bank/World Bank or Similar International funding agencies organizations
during last five years, will not be eligible for this tender.

(xviii) Any bidder/JV/MoU partner who has been barred by the state/central government or any
entity control by them (Controlling Stake) from participating in any project and the bar
subsists as on the day of issue of notice inviting tender and/or submission of bid, the bidder
shall not be eligible to submit the tender document either individually or as a member of
consortium. However, the bidder submits the bid, the tender shall not be considered for
evaluation.

(xix) The experience of works executed in Government (State / Central), Board, Corporation, and
Government Undertaking / Organizations of state & central government including all Public
Sector Units shall only be considered for evaluation.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

The experience certificate from the client equivalent to not below the rank of Executive
Engineer shall only be considered. The experience of sublet works/in house/private/foreign
work shall not be considered. The bidder who had already applied as a prime contractor for
the same tender shall not be eligible to apply under joint venture.

(xx) Bidders/JV Member shall not be listed under a declaration of ineligibility for corrupt or
fraudulent practices issued by the central/state govt. in accordance with sub clause 45.1 (c)
or not in the list of blacklisted contractors announced by Government (State/Central), Board,
Corporation, and Government Undertaking/Organizations of state & central government
including all Public Sector Units.

(xxi) Bidder (individual or any member in case of JV/ consortium) shall not have suffered
bankruptcy/ insolvency during the last 5 years. For this, Certificate of CA appointed by the
bidder must be produced along with a self-affidavit to same effect of prescribed stamp paper
of affidavit.

(xxii) Memorandum of Understanding (MOU) shall be done before online submission of BID to
GUDC.

(xxiii) The approved Vendor list for the Civil/ Mechanical/Electrical/ Instrumentation and other
equipment is available on GWSSB’s official website at http://www.gwssb.gujarat.gov.in. The
Vendor list as available on the date of submission of the BID and in future at the time of
approval of QAP, the latest or amended vendor list shall be applicable & considered for
executing the job.

(xxiv) GUDC shall provide ROU (Right of Use) of adequate width for laying of pipeline once as per
availability. During excavation, laying, back filling, any damages to the hidden object beneath
the earth like pipelines, cables etc. shall be the responsibility of contractor. The contractor
has to rectify the same without any financial implication on GUDC within stipulated time as
instructed by EIC. The crop compensation only for single time is the responsibility of GUDC.

However, if any delay, due to any reasons in contractor’s part, if the next crop compensation
is required to be paid, it will be the responsibility of the contactor and in event of failure by
contractor, to do so, GUDC shall deduct and recover the same amount from contactors bills.
Any damage in the area beyond the of ROU, will be responsibility of the contractor. After
successful completion of the pipeline works like laying, excavation, back filling etc. the
contractor is also required to level the field where pipelines are laid in original condition with
caution.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Further ROU (Right to Use) in terms of length shall be provided as per site availability by
GUDC and it may be in selective available length also. Any demand by the contractor to get
continuous length to start the work will not be considered by GUDC under any circumstances.

(xxv) The contractor shall have to pay the labour registration fee of Rs. 25 / labour and annual
contribution of Rs. 75.00 vide Ref: PB/Monitoring Cell/ Standard Contract Document/2013-
14/2294, Dated: 07/09/2013. (Circular Enclosed).

(xxvi) Since this is an EPC contract, the bidders are to quote their rates based on the actual market
scenario. Any rates which are found to be abnormal higher/lower or unworkable shall lead to
rejection of the bid. The decision of the GUDC shall be final and legally binding to all the
bidder.

(xxvii) It shall be the sole discretion of the competent authority to decide the total numbers of
packages for evaluation/award to the bidder based on the facts and circumstances of the
cases.

This will be based on the least cost combination and as may be the most advantageous to
GUDC and shall be final and binding to all the bidders.

(xxviii) The rates for recommended Spare Parts/ Patented materials as required for successful
operation of the facilities for Operation & Maintenance works shall be considered while
quoting the rates for O&M.

(xxix) The Employer wishes to clarify that regardless of the contents of a bid, the successful Bidder
shall be required to conform in all respects to the requirements of the Contract, and all
proposals shall be subject to the approval of the Engineer In-charge. Acceptance of the
Bidder’s proposal for the purposes of bid evaluation and award of tender shall not be
construed as approval by the GUDC. All details will subsequently be subject to the approval
of the Engineer In-charge during execution of the Contract. No claim for additional payments
shall be entertained, other than in accordance with the Contract.

(xxx) If mutually agreed the Operation and Maintenance contract can be extended for further four
years.

(xxxi) All necessary repairs, maintenance, overhaul, replacements etc., shall be made during the
Operation and Maintenance, to maintain the Plant & associated works at the status of formal
handing over after the commissioning. After completion of the Operation and Maintenance
period the Sewage Treatment Plant(s) is to be handed over to concerned Nagarpalika in
consultation with GUDC in satisfactory working condition. At the end of Operation and

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Maintenance period the plant shall be handed over to the Employer in fully functional
condition and without capacity degradation..

(xxxii) In the event of any rectification of a defect or replacement of any defective goods during the
warranty period, the warranty for the rectified/replaced goods shall be extended to a further
period of twelve months (12) months from the date such rectified / replaced goods start
functioning to the satisfaction of the purchaser.

(xxxiii) The Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of whole work i.e. Including O&M under
the contract and for all other bidders. If any claim is made/lodged during the time, the same
shall be binding and continue to be valid despite the lapse of this Pacts as specified above,
unless it is discharged /determined by the competent authority of GUDC.

(xxxiv) The Contractor shall completely indemnify and hold harmless GUDC and its employees
against any liability, all claims by statutory authorities, losses under various Labour Laws,
statutes or any civil or criminal laws in connection with employees deployed by him or
damages sustained by it or them by reason of any breach of contract, wrongful act or
negligence by the Contractor or any of its employees engaged in the provision of the
manpower services to GUDC.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

GENERAL DESCRIPTION OF THE WORK

This is a bid documents for “WORKING SURVEY, SOIL INVESTIGATION, DESIGN, BUILT AND
OPERATE (WITH 3 MONTHS OF TRIAL RUN) FOR CONSTRUCTION OF UG CLEAR WATER
SUMP, ELEVATED SERVICE RESERVOIR, PROVIDING, SUPPLYING, LOWERING, LAYING
AND JOINTING OF DI PIPELINE FOR RISING MAIN AND DISTRIBUTION NETWORK, SITC OF
PUMPING MACHINERIES WORKS, PUMP ROOM, APPROACH ROAD(RCC), STAFF
QUARTERS , COMPOUND WALL,HOUSE CONNECTION , ELECTRIFICATION WORK ETC.
INCLUDING OPERATION AND PREVENTIVE MAINTENANCE FOR 5 YEARS. FOR LIMBDI
NAGARPALIKA WATER SUPPLY SCHEME , TAL:- LIMBDI, DIST.:-SURENDRANAGAR,
GUJARAT.”

The successful bidder shall have to undertake site surveys, route surveys for ascertaining the terrain
and planning the scheme as well as to conduct geotechnical investigations for designing of
foundation system of various structures. The contractor shall carry out all the hydraulic design,
structural, mechanical, electrical designs, and submit to client or their representative, along with all
the good for construction drawings for review and approval before executing the same. This is
applicable to all the components of this project. The successful bidder shall have to prepare and
submit ‘As Built Drawings’ depicting the exact construction carried out on site, in soft and hard copy
format. Defect liability period shall be part of the contract and start from successful commissioning of
the plant.

GUDC will be responsible to get all statutory per permissions and clearances from the concerned
central/ state or local statutory authorities. However, the contractor shall have to manage the day-to-
day co-ordination and follow up activities based on these clearances on site. GUDC shall provide
required help and assistance for such day-today activities.

After the successful Companying of the scheme, the contractor shall operate and maintain the
system for (As Mentioned in Tender Notice Sr No 8) years. This includes carrying out necessary
repairs of equipment, which meet original specifications, replacement of any components required for
smooth running of the system, etc. during O & M period, the replacement of the items should be of
the same specifications as in the original contract documents. Efficiency of all the systems as
considered for design should be maintained throughout the O & M period. The power factor should
be maintained throughout the maintenance period.

The detailed description of the works is included in the “Extent of Work” under Volume–III (A).

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

PARTICULARS PROVISIONAL

The particulars of the proposed works given as well as in the accompanying brief note are
provisional and must be considered only as advance information to assist bidders.

1.2 DEFINITION

In this document the following words and expressions have the meaning hereby assigned to them.

1.2.1. APPROVED / APPROVAL:

Means approval in writing.

1.2.2. B.I.S:

Means Bureau of Indian Standards.

1.2.3. BIDDER / TENDERER :

Means individual, proprietary firm, firm in partnership, Limited Company, Corporation or group of
firms forming a joint venture, MOU Partner applying to become eligible to tender.

1.2.4. DIGITAL SIGNATURE :

Any electronic documents, which contains encrypted message digest using hash algorithm and
Tender public key is known as Digitally Signed Documents and the process of generating such
document is called digitally signing it.

1.2.5. CONSTRUCTION PLANT:

Means all equipment, appliances or things of whatsoever nature required for the execution,
completion or maintenance of the primary work or temporary works but does not include materials or
other things intended to form or forming part of permanent work.

1.2.6. CONTRACT:

Means the instruction and information to bidder, general and special conditions of contract,
specifications, drawings, schedules of quantities & tender prices, other parts of the Bid Document,
the formal agreement between the employer and contractor and all addenda and attachments related
to the above.

1.2.7. CONTRACTOR:

Means the bidder with whom the contract has been made for executing the works.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

1.2.8. CONTRACT VALUE:

Means the agreed amount stated in the Contract Agreement for Designing, Supplying, Construction,
Installation, Testing, & Commissioning including O&M of the works and to remedy of any defects,
and includes adjustments (if any) in accordance with the Contract

1.2.9. CAPITAL COST :

Means the agreed amount stated in the Contract Agreement for Designing, Supplying, Construction,
Installation, Testing, & Commissioning of the works for the stipulated period in accordance with the
Contract. It is the total cost needed to bring a project to a commercially operable status.

1.2.10. CONTRACTOR’S EQUIPMENT:

Means all equipment, tools, apparatus, machinery, vehicles and other things required for the
execution and completion of the works and the remedying of any defects. However, Contractor’s
Equipment excludes Temporary works, Departmental equipment (if any) or plant, materials and any
other things intended to form or forming part of the permanent works.

1.2.11. COMPLIANCE WITH LAWS:

The Contractor shall, in performing the Contract, comply with all applicable Laws related to all
actions of his obligation as per the contract.

1.2.12. CONTRACTOR’S OBLIGATIONS:

Means the obligation to execute the Project in all its entirety and shall, without limitation, include
Operation and Maintenance.

1.2.13. CONTRACTOR’S USE OF EMPLOYER’S DOCUMENTS:

As between the Parties, the Employer shall retain the copyright and other intellectual property rights
in the Employer’s requirements and other documents made by (or on behalf of) the employer. The
contractor may, at his own cost, copy, use, and obtain communication of these documents for the
purposes of the contract. They shall not, without the Employer’s consent, be copied, used or
communicated to a third party by the Contractor, except as necessary for the purposes of the
Contract.

1.2.14. COUNTRY:

Means the Country in which the site (or most of it) is located, where the Permanent Woks are to be
executed.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

1.2.15. COMMISSIONING:

Means the successful operation of the project after successfully running for a period of three (3)
months as a part of trial run or till prescribed parameters are not attained & whichever is later of the
two.

1.2.16. COMPLETION:

Means the date of successful commissioning of all the equipments/ facility in the scheme after
satisfactory running for three months as a part of trial run or till prescribed parameters are not
attained & whichever is later of the two

1.2.17. DAY:

Means a day from midnight to midnight.

1.2.18. DEFECTS LIABILITY PERIOD:

Means the period of 3 years from the certified date of completion of work. It shall be counted after the
successful trial runs for a period of 3 months or till prescribed parameters are not attained &
whichever is later of the two. During the defect liability period the contractor shall be responsible for
repair and replacement of any defective material used on the entire work and he will carry the full
liability to make good to the complete satisfaction of the Engineer In-charge, any defects in the
completed work or any bad work visible or detected afterword's.

1.2.19. DRAWINGS:

Means the drawings referred to in the specifications, any modifications of such drawings approved in
writing by the Executive Engineer, and such other drawings as may from time to time be furnished or
approved in writing by the Engineer-in-charge.

1.2.20. E- TENDER :

Tender in which the bidder can participate online by means of logging in onto the respective website
is called E- Tender.

1.2.21. EMPLOYER / OWNER / DEPARTMENT:

Gujarat Urban Development Company Ltd, Gujarat or the person named as Employer or Owner in
the Contract Agreement and the legal successor in title to this person.

1.2.22. EMPLOYER’S EQUIPMENT:

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Means the apparatus, machinery and vehicles (if any) made available by the Employer for the use
of the Contractor in the execution of the Works, as stated in the Employer’s requirements but does
not include plant which has not been taken over by the Employer.

1.2.23. EMPLOYER’S USE OF CONTRACTOR’S DOCUMENT:

As between the Parties, the Contractor shall retain the copyright and other intellectual property
right of the Contractor’s Documents and other design documents made by (or on behalf of) the
Contractor.

The Contractor shall be deemed by signing the Contract to give the Employer a non- terminable,
transferable, non-exclusive royalty-free license to copy, use and communicate the Contractor’s
Documents, including making and using modifications of them. This license shall:

 Apply throughout the actual or intended working life (whichever is longer) of the relevant parts of
the Works.

 Entitle any person in proper possession of the relevant part of the works to copy, use and
communicate the Contractor’s documents for the purposes of completing, operating,
maintaining, altering, adjusting, repairing and demolishing the works, and

 In the case of Contractor’s Documents which are in the form of computer programs and other
software, permit their use on any computer on the site and other places as envisaged by the
Contract, including replacements of an computers supplied by the Contractor. The
Contractor’s Documents and other design documents made by (or on behalf of) the Contractor
shall not, without the Contractor’s consent, be used, copied or communicated to a third party by
(or on behalf of) the Employer for purposes other than those permitted under this Sub-Clause.

1.2.24. ENGINEER-IN-CHARGE:

Means the Engineer-in-Charge of the works, or in-charge of specified parts of the works under the
contract or such other assistants or sub-ordinates to whom the Engineer-in Charge may have
delegated certain duties, acting separately within the scope of the particular duties entrusted to them.

1.2.25. ESTIMATED COST:

The estimated cost of the Project (the “Estimated Cost”) has been specified at Sr No 6 of Tender
Notice.

1.2.26. FACILITY:

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Means the entire system to be designed and constructed in accordance with the provisions hereof,
including the equipments, buildings, structures, ramps, pits, pipes, pipeline appurtenances, fencing,
lighting, testing and analysis equipment, tools, computers, software programs, safety equipment,
plant machinery, supplies, instruments and inventory incorporated therein, as well as all open
areas within the site, and including any additions, modifications, alterations, adjustments,
replacements and repairs as may be made thereto from time to time.

1.2.27. GOODS:

Means Contractor’s Equipment, Materials, Plant and Temporary Works, all or any of them as
appropriate.

1.2.28. GOVERNMENTAL AUTHORITY / GOVERNMENT:

Means any Central or State authority or body exercising executive, legislative, judicial, regulatory or
administrative functions, including, without limitation, any Government authority, agency, department,
board, commission or instrumentality of Indian or any political subdivision thereof, court, tribunal,
arbitrator or self-regulatory organisation.

1.2.29. IT ACT-2000:

Means Information Technology Act, 2000 of Government of India

1.2.30. JOINT AND SEVERAL LIABILITIES:

If the Contractor constitutes (under applicable Laws) a joint venture, consortium or other
unincorporated grouping of two or more persons:

 These persons shall be deemed to be jointly and severally liable to the Employer for the
performance of the contract.

 These persons shall notify the Employer of their leader who shall have authority to bind the
Contractor and each of these persons; and

 The contractor shall not alter its composition or legal status without the Prior consent of the
Employer.

1.2.31. LAWS:

Means and includes all the provisions of all National (or state) legislation, Indian statutes,
regulations, ordinances, codes, official or other standards, administrative or other rules, zoning
and other plans and restrictions, building and other permits, judgements awards and decrees

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

of, or agreements with any Governmental, semi-Governmental or quasi- Governmental Authority as


currently in effect or as may be in effect from time to time and /or as may be amended or
supplemented from time to time.

1.2.32. MAINTENANCE STANDARD:

Means the requirements for maintaining, repairing, and renewing the Facility:

a) As set forth in this tender document;

b) Required pursuant to applicable Law;

c) As may be necessary for keeping the facility in a satisfactory working condition such that the
Facility will continuously comply with the Operation Standard; and

d) As may be necessary to ensure that the Facility shall continuously be in an optimum working
condition and state in relation with the lifetime of the Facility.

1.2.33. MATERIALS:

Means things of all kinds (other than Plant) intended to form or forming part of the Permanent Works,
including the supply (only materials if any) to be supplied by the Contractor under the Contract.

1.2.34. MATERIAL SUPPLIER:

Means the person who supplies goods or services. A supplier may be distinguished from a
contractor or subcontractor, who commonly adds specialized input to deliverables also called vendor.

1.2.35. MONTH:

Means from the beginning of a given date of calendar month to the end of preceding date of the next
calendar month.

1.2.36. O & M MANUAL:

Means the final Manual for the Operation and Maintenance of the Facility to be prepared in
accordance with the requirements of Bid Documents by the contractor. Bidder shall provide this at
the time of commissioning of the Project.

1.2.37. ONLINE :

Any activity that is done on website is referred as 'online' activity for e.g., Submission of Bid online
would mean that technical & price Bid has to be submitted on website.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

1.2.38. OFFLINE :

Any activity that is done in conventional route is referred as 'Offline' activity for e.g. “Submission of
Tender fee, Earnest Money Deposit , Registration Certificate, Solvency Certificate, etc in Offline
mode” would mean that the tender fee, Earnest Money Deposit, Registration Certificate, Solvency
Certificate etc is to be Submitted to the Office of the concerned Executive Engineer physically.

1.2.39. OPERATION AND MAINTENANCE OBLIGATIONS:

Mean the obligation of the Contractor pursuant to the agreement to operate and maintain the facility
on and from the start date of O&M until the date of completion of this Agreement.

1.2.40. OPERATION AND MAINTENANCE PERIOD:

Means the time period after the issue of Successful Commissioning Certificate and continuing for the
term of the Agreement.

1.2.41. OPERATION AND MAINTENANCE COST:

Means the amount agreed upon by the Employer to the Contractor, towards fulfilment of the
Contractor’s Operation and Maintenance Obligations.

1.2.42. OPERATION STANDARD:

Means

• The Performance Guarantees;

• All applicable Laws;

• All of the requirements, policies and procedures set forth in the O & M Manual

• All other operational requirements set forth in this Agreement.

1.2.43. PERFORMANCE GUARANTEES:

Means the List of Guarantees offered / provided by the Contractor in his Bid Submission pursuant of
the Bid Documents.

1.2.44. PERMANENT WORKS:

Means the works to be designed and executed by the Contractor under the Contract.

1.2.45. PIPE SUPPLIER:

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Means the person that supplies pipes.

1.2.46. RUPEE:

Means Indian National Rupees (INR)

1.2.47. SCANNED COPY :

Electronic Copy of any document generated using a Scanner is called scanned copy.

1.2.48. SITE:

Means the specific areas / lands and other places on, under, in or through which, the works are
to be executed or carried out and any other lands or places provided by the owner for the purposes
of the contract together with such other places as may be specifically designated in the
Contract or subsequently approved as forming part of the site.

1.2.49. SYSTEM :

Means the computer which hosts the website (https://tender.nprocure.com), using which Bidder
participates in the tendering process.

1.2.50. SUBSTANTIAL COMPLETION:

Substantial Completion of the work means when the work or designated portion thereof is sufficiently
completed in accordance with the contract except for any minor outstanding works and defects which
will not substantially affect the use of works or section for their intended purpose.

1.2.51. TAKING OVER:

Means, the Owner shall take over the project after contractual completion of the O&M period and
meeting all contractual obligations, Terms & Conditions as agreed by the contractor.

1.2.52. TEMPORARY WORKS:

Means all temporary works of every kind required for successful execution of the Contract.

1.2.53. TESTS ON COMPLETION:

Means the tests which are specified in the Contract or agreed by both Parties or instructed as a
Variation, and which are carried out (Test on Completion) before the works or a section (as the case
may be) are taken over by the Employer.

1.2.54. TRIAL RUN PERIOD:

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Trial run period for the work is 3 months of the entire scheme including achievement of prescribed
performance parameters.

In the event of non-achievement of prescribed parameters within a period of 3 months, specified


above the trail run period could be extendable to a period till the performance parameters are
achieved. During the trail run period the contractor shall be responsible for the maintenance of the
entire scheme including all staff, labour, material, power etc. repair of any defects/ replacement of
the defective material used at the cost at his own cost.

1.2.55. UPLOAD :

The process of transferring electronic document from Bidder's computer using internet connection to
the website (https://tender.nprocure.com) is called uploading.

1.2.56. VICE PRESIDENT:

Means the Vice President the overall in charge of the works.

1.2.57. WEEK:

Means seven consecutive days.

1.2.58. WORKS:

Means the works / action to be executed in accordance with the contract.

1.3 BID INVITATION:

Means the call / invite by The Gujarat Urban development Company from all interested and eligible
bidders for Water Supply/drainage Schemes as per Tender Notice.

1.4 DOWNLOAD OF TENDER DOCUMENTS:

The tender documents are available in electronic form, from the website www.nprocure.com.
Interested bidders can view these tender documents online, and can down load tender documents.

1.5 Particular Provisional

The particulars of the proposed works given herein as well in the accompanying brief note are
provisional and must be considered only as advance information to assist applicants.

1.6 Present Status of the Work:

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

This is a proposed water supply scheme needs to be designed and executed as per the
specifications and BOQ etc.

2.0 Time of Performance:

The successful bidder will be expected to complete the works as per Sr no. 7 of tender notice from
the date of Letter of Intent.

The O&M time period shall be (As Mentioned in Tender Notice Sr No 8) (including defect liability
period), from the date of issue of Successful Commissioning Certificate.

3.0 Project Implementing Agency:

The "Gujarat Urban Development Company Ltd" shall be the project- implementing agency.

This contract shall be administered and managed by the "Vice President , Project, Gujarat Urban
Development Company Ltd, The Vice President (P), Karmayogi Bhavan, Block1, B1 Wing, Ground
Floor,Sector-10/A, Gandhinagar, Gujarat" for and on behalf of Gujarat Urban Development Company
Ltd and shall act as the "Engineer In-charge."

4.0 Allocation of Risk & Responsibilities:

4.1 Contractor:

a) The preliminary designs and details contained in the bid documents are based on limited and
indicative field data as available with the Employer at the time of preparation of the bidding
documents. Bidder shall be responsible to verify/ examine/ check and make his own assessment of
the site, site data, soil data and the schematic details shown in the bid documents based on his own
investigations and/ or additional surveys, if required, at bidder's own cost.

The contractor shall be responsible to make good and bring to original position road and land
surface, etc. damaged during laying of pipelines and construction of structures or while carrying out
any activities related to this contract, at his cost.

The Contractor shall be responsible for all the damages that may occur during the execution of the
work, to the underground cables, power lines, telephone lines, other water/sewer lines and other
infrastructure facilities etc. while executing the works under this contract and shall bear all costs
relating to repairs / replacements.

b) The contractor shall be responsible for failure of any components of the works executed by him
during the full period of contract and the defect liability period. The contractor shall have to replace

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

defective/ damaged/non-standard components of the executed works as may be identified by the


engineer in charge at the cost of the contractor.

The Contractor will prepare and present interim/running and final bills.

The Contractor shall be responsible for the safety and performance of all civil and other structure up
to the end of period of defect liability period. The damages/defects identified by the "Engineer in
charge" shall be made good, as per Standards, by the contractor at his cost and risk. In case of
collapse of structures in part or full replacement/ reconstruction shall be done by the contractor at his
cost and risk.

5 The Employer:

a) The Gujarat Urban Development Company Ltd. assures all participants for the contract that,
adequate financial resources are available to cover the financial requirements and funds are
available to meet the disbursement needs of the construction contracts in accordance with the
provisions of tender documents.

All the material shall be inspected by Gujarat Urban Development Company internal system and/or
through Third Party Agency appointed by the board.

GUDC will provide indicative drawings and design parameters as may be required for works to be
designed by the contractor.

Gujarat Urban Development Company will approve and pay all interim / running / final bills presented
by the Contractor after due verification against the provisions of contract.

GUDC will be responsible to get all statutory permissions (except GPCB) and clearances from the
concerned central/ state or local statutory authorities. However, the contractor shall have to manage
the day-to-day co-ordination and follow up activities based on these clearances on site. Gujarat
Urban Development Company Ltd shall provide required help and assistance for such day-today
activates. Urban Local Bodies (ULB) will be responsible for getting permission from GPCB.

The statutory Charges from Gujarat Pollution Control Board (GPCB) or Central Pollution Control
Board (CPCB) or any other Authority for any Compliance should be paid by the Contractor on behalf
of Employer and would be reimbursed by Employer at actual.

The GUDC will make available land for laying the pipeline & will be responsible for payment of crop
compensation etc. in case of laying the pipeline in private/ government land. However, once
clearance/ possession is obtained and established through mutual consent of the owner, its day-to-

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

day management on site shall be the responsibility of the contractor for which Gujarat Urban
Development Company, shall provide only necessary help and assistance.

b) All bids are to be completed and returned to the Employer in accordance with these Instructions to
Bidders.

c) A copy of the available reports and data has been kept for reference in the office of: (Name, Address,
Contact Person & nos. of Executing Authority as per appendix to bid details)

6. ONE BID PER BIDDER:

Each bidder shall submit only one bid either by himself, or as a partner in a joint venture. A bidder
who submits or participates in more than one bid under this proceed will cause all those bids to be
rejected.

7. COST OF BIDDING:

The bidder shall bear all costs associated with the preparation and sub-Company of its bid, up to
acceptance of the offer. The Employer will in no case be responsible or liable for those costs.

8. SITE VISIT:

8.1 The bidder is advised to depute a suitable team to visit and examine the Site of Works and its
surroundings for fully understanding of the job and ascertain the difficulties that may be encountered
during execution of the works and for obtaining for himself, on his own responsibility, all information
that may be necessary for preparing the bid and entering into the Contract. The cost of visiting the
Site shall be entirely at bidder’s own expense.

The Contractor shall be responsible for all expenses incurred by the Engineer or person/s nominated
by the Engineer In-charge for verifying the treatment process and tests of the Plants commissioned
in India and abroad. The visit shall not exceed two numbers. Normally, three persons from Employer
side will witness along with the contractor’s representative. Contractor should ensure all relevant test
reports, details etc. required by the GUDC is made available.

8.2 CONNECTIVITY:

8.2.1. AIRPORTS:

Ahmedabad is the nearest International Airport from the site of work.

8.2.2. Railway:

Nearest Railway Stations from the site of work is Limbdi which is connected to Surendranagar,
Viramgam JN and Wankaner JN by B. G. Railway line. All the district places of the state are
connected by railways.

8.2.3. Roads:

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

National highway No.47 is passing through Limbdi Town from Bamanbore to Dahod – MP Border. All
the districts and taluka places including cities are connected with well-defined road networks. Villages
of Project are also connected with proper approach roads with Limbdi town.

9 DETAILS OF APPROACH

Approach to the site of works: The bidder has to make own arrangements for approaching the site

10 GENERAL FACILITIES

10.1. Hotel/ Guest House Facilities:

At Surendranagar, hotels up to Three-star standard and Government Circuit house are available. The
Govt. Circuit houses are available at all district places.

10.2. Housing:

The Gujarat Urban Development Company has not envisaged any provision of house colony for
contractors. The contractor, therefore, has to make his own arrangement for housing his staff and
labourers.

10.3. Marketing facilities

Marketing facilities for day-to-day needs are generally available. Special & major marketing centres
are in nearby cities Surendranagar , Ahmadabad, Rajkot etc.

10.4. Water Supply

The contractor shall have to make his own arrangement for water supply for work as well as

for colonies of camps which may be established by him.

10.5. Medical Aids

Government and private Hospital facilities are available at all districts. However, the contractor will
have to make own arrangement for medical services for his labour and staff.

10.6. Electric Power

The contractor shall have to arrange electricity from Gujarat Electricity Board, Gujarat for power
requirements up to work completion. All charges for the use of power including maintenance shall be
borne by the contractor and paid directly to the concerned authorities during construction phase and
during trail run. The contractor shall comply with all the requirements for purchase and use of electric
power. The Rate quoted by the Bidder during Operation and Maintenance period shall be excluding
Electric Power Charges.

10.7. Post. Telegraph and Telephones

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Post and Telephone services are available for public use at all district places.

10.8. Supply of Diesel, petrol and Oil

Petrol and diesel pumps are installed by private agencies in all district places. The contractor shall
have to make his own arrangement for procuring the lubricants required by him.

11 CLIMATE AND WORKING SEASON

11.1. Temperature

Gujarat State has tropical climate. The daily minimum temperature ranges from 5o Celsius in
December- January to 270 Celsius in April-May. The daily maximum temperature varies from 30
Degree Celsius in December- January to 47 Degree Celsius in April –May.

11.2. Rainfall

Average annual Rainfall ranges from less than 500 mm the North West region to over 2000 mm in
the South, with most part of the State receiving 200mm to 1000mm of rainfall. About 95% of rainfall
occurs during the months June to September leaving remaining period of the year almost dry.

11.3. Working Season:

Since rainfall is spread over the period starting from middle of June to the end of September. It is
generally not contentions and intense except for few days.

The above information of Climate of the project area is given only as helping information in good faith
and GUDC does not carry any liability for providing this information. The interested parties may refer
the reports and forecast issued by the Indian Meteorological Department or other weather agencies
for their use.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

B. BIDDING DOCUMENTS

12. CONTENT OF BIDDING DOCUMENTS

12.1 The bidding documents are those stated below, and should be read in conjunction with any Agenda
issued there to in accordance with Clause 14.

 Section I : Tender Notice

VOLUME: I  Section II : Instruction to Bidders

 Section III : Qualification criteria & Evaluation Procedure

VOLUME: II  General Conditions of Contract (GCC)


 Extent of Work

VOLUME III  Technical specifications for Civil Works


 Technical Specifications for E&M Works
 Data Sheet

VOLUME: IV  Preamble to Price Schedule

VOLUME: V  Annexures and Drawings

VOLUME: VI  Conditions of Contract for Operation & Maintenance

12.2 The bidder is expected to examine carefully the contents of the Bidding documents. Failure to comply
with the requirements of bid sub-Company will be at the bidder's own risk. Pursuant to Clause 28
under “E. Opening of Tender” bids which are not substantially responsive to the requirements of
the bidding documents will be rejected.

13 CLARIFICATION OF BIDDING DOCUMENT:

A prospective bidder requiring any clarification of the bidding documents may notify the Employer in
writing or by fax (hereinafter the term "fax" is deemed to include electronic trans Company such as
facsimile, cable and telex) at the Employer’s address indicated in the Invitation for Bids. The
Employer will respond to any request for clarification, which it receives earlier than 4 days prior to
Pre-bid meeting. Copies of the Employer's response, including a description of the enquiry, will be
communicated on https://tender.nprocure.com

14. AMENDMENTS OF BIDDING DOCUMENTS:

14.1 At any time prior to the deadline for submission of bids, the Employer may, for any reason, whether
at its own initiative or in response to a clarification requested by a prospective bidder modify the
bidding documents by issuing amendment.

14.2 Any addendum/amendment thus issued shall be part of the bidding documents pursuant to Sub-
Clause 14.1, and shall be communicated on https://tender.nprocure.com

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

14.3 To afford prospective bidders reasonable time in which to take an addendum into account in
preparing their bids, the Employer may extend the deadline for submission of bids, in accordance
with Clause 26, Submission of Tender.

14.4 All amendments and modifications issued by the Employer shall be deemed to be integral part of the
contract to be signed with the successful bidder.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

C. PREPARATION OF BIDS

15. LANGUAGE OF BID:

The bid, and all correspondence and documents, related to the bid, exchanged between the bidder
and the Employer shall be written in the English language. Supporting documents and printed
literature furnished by the bidder may be in another language provided they are accompanied by an
accurate translation of the relevant passages in the English language, in which case, for purposes of
interpretation of the bid the English translation shall prevail.

16. DOCUMENTS COMPRISING THE BID:

16.1 The bid submitted by the bidder shall comprise two envelopes submitted simultaneously, one
containing only the “Technical Proposal” and the other the “Price Proposal”.

16.2 The technical proposal shall contain the following;

(i) Bid Form for Technical Proposal and Appendix to Technical Proposal;
(ii) Power of Attorney
(iii) Information on Qualification
(iv) Confirmation of Eligibility
(v) Schedule of Major items of equipment
(vi) Schedule of major items of Constructional plant
(vii) Schedule of key personnel
(viii) Schedule of compliance with the bidding documents
(ix) Schedule of construction facilities
(x) Schedule of construction method
(xi) Any other material required to be completed and submitted by bidders in accordance with
these instructions to bidders.
(xii) Form of Bid Security
(xiii) Form-O (List of submittals)
16.3 The price proposal shall contain the following;
(i) Bid form for price proposal and Appendix to price proposal;
(ii) Schedule of prices:
(iii) Schedule of Payment
(iv) Any other materials required to be completed and submitted by bidders in accordance with
these Instructions to Bidders.
17. BID FORM & PRICE SCHEDULE:

The Bidder shall complete the Bid Forms and schedules furnished in the bidding documents in the
manner and detail indicated therein, following the requirements of Clause 15 and Clause 16.

18. BID PRICES:

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

18.1 Unless specified otherwise in Employer's requirements, Bidders shall quote for the entire facilities on
a "single responsibility" basis such that the total bid price covers all the Contractor's obligations
mentioned in or to be reasonably inferred from the bidding documents in respect of the design,
manufacture, including procurement and subcontracting (if any), delivery, construction, installation
and completion of the facilities. This includes all requirements under the Contractor's responsibilities
for testing, pre-Companying and Companying of the facilities and, where so required by the bidding
documents, the acquisition of all permits, approvals and licenses, etc. services as may be specified
in the bidding documents, all in accordance with the requirements of the Conditions of Contract.

18.2 The bidders shall have to give detailed rate analysis in justification of the prices as may be required
by the employer as a part of the evaluation process, if so desired by the employer.

19. BID CURRENCIES:

The prices shall be quoted on fixed and firm price basis in Indian currency i.e. Indian currency (INR)
Only.

20. BID VALIDITY:

20.1 Bids shall remain valid for a period of 180 days from the last date of submission of bid.

20.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Employer may
request that the bidders extend the period of validity for a specified additional period. The request
and the responses there to, shall be made in writing. A bidder may refuse the request without
forfeiting its bid security. A bidder agreeing to the request will not be required or permitted to modify
its bid, but will be required to extend the validity of its bid security for the period of the extension, and
in compliance with Clause 18 in all respects.

21 BID SECURITY:
21.1 The bidder shall furnish, as part of its bid with the technical proposal, a bid security amount as
specified in the Tender Notice.

21.2 The bid security shall, at the bidder's option, be in one of the following form:

(a) Fixed deposit receipt pledged in the name of the officer inviting bid as per tender notice and
issued by short listed bank as per tender notice and valid up to 28 days from the date of closure
of the bid validity period of 180 days. i.e. (Total of 180+28=208 days).

(b) Unequivocal and unconditional Bank Guarantee in the prescribed format given in this document
issued by short listed bank as per tender notice and valid up to 28 days from the date of closure
of the bid validity period of 180 days. The format of the bank guarantee shall be in accordance
with the sample form included in Section–IV as Form-19. Other formats may be permitted
subject to the prior approval of the Employer. The bid security shall remain valid for 28 days

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

beyond the original validity period for the bid and beyond any period of extension subsequently
requested under Sub-Clause 20.2. i.e. (Total of 180+28=208 days)

(c) A Demand Draft as per tender notice and issued by short listed bank as per tender notice.

21.3 Any bid not accompanied by an acceptable bid security shall be rejected by the Employer as non-
responsive.

21.4 The bid securities of unsuccessful bidders will be returned as promptly as possible.

21.5 The bid security of the successful bidder will be returned when the bidder has signed the Contract
Agreement and furnished the required performance security.

21.6 Within 10 days from the date of issue of the letter accepting his tender, the successful Bidder shall
furnish the required Security Deposit for performance and plus additional security if any for
unbalanced bids in accordance with the condition of the Contract and attend the office of the
Engineer In–charge for execution of the Contract documents. If he fails to furnish the Security
Deposit for performance or to execute the Contract for the work offered to him, his EMD shall be
forfeited and the Bidder may be disqualified from tendering for further works for three years.

21.7 The bid security may be forfeited;

(a) If the bidder withdraws its bid, during bid validity period specified
(b) If any document submitted by the bidder are false and fraudulent
(c) If the successful bidder fails
i. To furnish security deposit in accordance with the relevant clause in the bid.
ii. To sign the contract with in time limit specified in the bid.
21.8 In case of forfeiture of EMD, Bidder shall be disqualified and shall not be allowed to bid for further
works under Gujarat Urban Development Company for three years.
22. ALTERNATIVE PROPOSALS BY BIDDERS: DELETED

23 PRE- BID MEETING:

23.1 The bidder or its official representative is invited to attend a pre-bid meeting, which will take place
at:

Venue : As mentioned in Tender Notice

Date : As mentioned in Tender Notice

23.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that
may be raised at that stage.

23.3 The bidder is requested to submit any questions in writing or by cable, to reach the Employer not
later than four days before the pre-bid meeting.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

23.4 Minutes of the meeting, including the text of the questions raised and the responses given, will be
transmitted without delay to all of the bidding documents. Any modification/ corrections/
amendments to the bidding documents shall be declared after the pre-bid meeting and shall be the
listed as part of the minutes of the pre-bid meeting or separately thereafter as may be necessary.
The pre bid minutes and the modifications /corrections/ amendments issued by the employer
subsequent to the issue of bidding documents shall be signed with the successful bidder.

23.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

D. SUBMISSSION OF BIDS

24 METHOD OF TENDERING:

24.1. If the tender is uploaded by an individual, it shall be digitally signed by the individual.

24.2. If the tender is uploaded by a proprietary firm, it shall be digitally signed by the proprietor.

24.3. If the tender is uploaded by a firm, in partnership, it shall be digitally signed by all the partners of the
firms or alternatively by a partner holding power of attorney for the firm in which case a certified copy
of the power of attorney shall accompany the tender, a certified copy of the partnership deed, full
name, current address of the firm, current addresses of all the partners of the firm shall also
accompany the tender.

24.4. If the tender is uploaded by a limited company or a corporation, it shall be digitally signed by a duly
authorized person holding the powers of attorney for signing the tender. Such limited company or
corporation may be required to furnish satisfactory evidence of its existence before the contract is
awarded. They should also furnish Articles of Memorandum of Association.

24.5. Each bidder shall submit only one bid for the particular work. A bidder who submits more than one
bid in the particular work will be disqualified.

24.6. The joint Venture: (If applicable) is allowed as per Clause no. 34 of Section-II

If the Tender is uploaded by a consortium/group of firms, that is, Joint Venture (maximum Two firms
(Lead member + 1 Other Members) the sponsoring firm, shall submit complete information required
in the forms pertaining to each firm in the group and state along with the Bid as to which of the firms
shall have the responsibility for tendering and completion of the Contract document and furnish
evidence admissible in law in respect of the authority assigned to such firm on behalf of the group of
firms for tendering and for completion of the Contract documents. Full information and satisfactory
evidence pertaining to the participation and responsibility of each member of the group of firm in the
Tender shall be furnished along with the tender. A certified copy of the Joint Venture Agreement in
prescribed form (specified at Form-22) shall be submitted along with the Tender.

24.7. The tender documents uploaded in the name of an individual applicant shall not be used by a Joint
Venture. Joint venture shall have to upload the tender document in the name of JV only, if he wants
to apply.

24.8. Each bidder shall submit only one bid for the particular work. A bidder who submits more than one
bid in the particular work will be disqualified.

24.9. All witnesses and sureties shall be person of status and probity their full name, occupation and
addresses when they fill the vendor registration form provided in the website.
https://tender.nprocure.com

24.10. In case at time of tender uploading, if any of the above information has changed then the Bidder shall
correct the same by making the modification in his personal profile.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

25 ACCOMPANIMENTS TO TENDER

The Bidder shall have to upload following documents which are digitally signed by Bidder’s Digital
Certificate with his tender.

25.1. Scanned Copy of the latest Income Tax Return with permanent account number (PAN) and Income
Tax ward where assessed.
25.2. The bidder shall submit GSTIN along with other details required under GST Act to GUDC
the contractor shall be responsible for deposition of applicable GST to the concerned
authority.
25.3. Scanned copies of client certificate showing, performance of the Bidder working with
GWIL/GWSSB/GUDC/GUDM or any employer for ongoing works as per prescribed proforma
mentioned in Section-III.
25.4. A scanned copy of declaration showing the details of all works completed and works on hand with
the contractor and the value of works that remain to be executed.
25.5. Scanned copy of Registration or renewal receipt as approved contractor of concerned state Govt./
Railway/ CPWD/Government shall be submitted by bidder as per Volume I, Section II, Clause 1
General.

25.6. Scanned copies of the Power of Attorney duly authorized by a notary public, if power is delegated for
signing the Bid to another person by the Bidder.
25.7. Scanned copy of E.M.D. in accordance with relevant clause in “Tender Notice” of tender notice and
the original shall also be submitted in physical form by RPAD/Speed Post.
25.8. Scanned Copy of the Solvency Certificate from Bank of required amount as per Tender Notice.
25.9. Scanned copy of Account Payee Demand Draft for Tender Fee in accordance with relevant clause of
Tender Notice, and also in physical form shall also be submitted by RPAD/Speed Post.
25.10. Scanned copy of all the prescribed Forms & Annexure mentioned in Section-III.
25.11. Scanned copy of the detailed statement of the turnover (Civil Engineering Works Only) of last three
completed financial years audited and certified by the Chartered Accountant.
25.12. The bidder should submit undertaking on non-judicial stamp paper of Rs.300/- duly notarized
regarding document submitted, are true. Board would have the right to forfeit the EMD and black list
to the bidder if any of the information given by the bidder is found faulty or incorrect or misleading.

25.13. If the Bidder Firm is a member of a Group of Companies (with a common name), scanned copies of
all relevant documents clearly indicating the stake of the bidding Firm in the equity of each firm of the
Group, Turnover, Net Tangible Worth and Cash Flow of each company wherein the stake of the
Bidding Firm is 51% or more in terms of equity.
25.14. All MOUs shall be on a non-Judicial stamp paper of appropriate value duly notarised and signed by
respective authorised representatives.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

25.15. Form of Pre-integrity pact


25.16. GST Registration certificate and details
25.17. Attested copy of Memorandum of Work in Brief
25.18. EPF Registration Certificate or ESIC certificate as applicable or Affidavit with bid subscribing on
company letter head duly attested by Power of Attorney stating non-applicability of EPF/ESIC
mentioning the reason.
25.19. CA Audited Balance Sheets to be attached separately.
Note: The above accompaniments should be included in List of Submittals, Form-O.
26. SUBMISSION OF TENDER:

26.1. The Bidder must submit online duly filled in the entire tender document i.e., technical bid and price-
bid available on website the rate and the along with other details in Volume -IV of tender document.

26.2. The bidder shall fill the required details/ data/ information in the prescribed form of tender document.

26.3. Tender in offline mode will not be accepted.

26.4. The tender i.e. Technical bid and Price bid, dully filled in shall be uploaded on
https://tender.nprocure.com up to the date and time mentioned in the Tender Notice.

26.5. The employer at his discretion can extend the last date for sub-Company of tender by amending the
bidding document in which case all rights and obligations of the employer and bidder will thereafter
be subject to the last date as extended. The bidder shall be responsible for extending the validity of
tender accordingly, failing which his bid shall be rejected as non-responsive.

26.6. Bidders will have to submit F.D.R./DD/Bank Guarantee for Earnest Money Deposit and Demand
Draft of tender fee in a separate sealed envelope and other technical documents in another sealed
envelope. The documents shall be submitted by RPAD/Speed Post only to the designated officer, as
mentioned in the Tender Notice & submission made by courier shall not be considered. Each cover
must clearly be marked with the contents i.e., “TENDER FEE & EMD”.

27. LATE AND DELAYED TENDER:

As a rule the system will not accept any Tender after the due date and time and hence in case of E-
Tenders there will be no late tender.

27.1 STATING OF RATES


The percentage above/below/at par with respect to amount put to tender at the end of Schedule – B
must be submitted in words and figures only on the website. Amount in words will be automatically
generated by system. Total amount of each item and the grand total in figures and the respective
words will be automatically calculated by the computer and displayed.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

E. OPENING OF TENDER

28. OPENING OF TENDERS

The Designated Officer of GUDC will open the e-Tender on the date as mentioned in the tender
notice, if possible in his office at the address specified in the Tender Notice. The intending Bidders, if
they wish may participate in online Tender opening process and view the result on
https://tender.nprocure.com To participate in online tender opening, bidder will have to log in with his
user ID and password and click on “Mark my attendance button” to view Tender result. For more
details, please refer “Vendor Training Manual.”

1. Opening of Technical Bid:

The designated officer of Gujarat Urban Development Company will open technical bid first at the
address specified in the Tender Notice. The evaluation of Technical Bid will be done as per “Clause
F: Evaluation of Tender”.

2. Opening of Price Bid:

The price Bid of ONLY qualified bidders shall be opened as decided here after.

The designated Officers of Gujarat Urban Development Company will open each price bid on or after
the date and time mentioned in the Tender or time and date pre-intimated to qualified bidders on and
the print out of total amount quoted in the tender along with rate quoted for each item in the Bid
Schedule and the condition if any put forth by the Bidder. The Bidder can see his price bid as well as
other Bidders’ entire price Bid who have participated in the E-Tender.

All Tenders will be opened online irrespective of the presence of the Bidder.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

F. EVALUATION OF TENDER

EVALUATION & COMPARSION OF TECHNICAL PROPOSAL:

The Employer will carry out a detailed evaluation of the bids in order to determine whether the
bidders are qualified and whether the technical aspects are substantially responsive to the
requirements set forth in the bidding documents. In order to reach such a determination, the
Employer will examine the information supplied by the Bidders and other requirements in the bidding
documents, taking into account the following factors:

QUALIFICATION

The determination will take into account the Bidder's financial, technical, production capabilities and
past performance; it will be based upon examination of the documentary evidence of the
Bidder's qualifications submitted by the Bidder, pursuant to Clause 24, as well as such other
information as the Employer deems necessary and appropriate; and An affirmative determination will
be a prerequisite for the employer to continue with the evaluation of the technical proposal; a
negative determination will result in rejection of the Bidder's bid.

TECHNICAL:

Overall completeness and compliance with the Employer's Requirements

29 EVALUATIONS OF TECHNICAL BIDS

29.1. The bidder shall be qualified on the basis of information furnished by the bidder in accordance with
Clause-25 above, in support of his capability with reference to qualification criteria laid down.

29.2 Even though the bidder meets the above qualification criteria, he shall be disqualified if:

a. The bidder had made misleading or false representation in the forms, statements and attachment
submitted in proof of qualification requirements and/or

b. A record of poor performance such as abandoning the work, not properly completing the contract,
inordinate delays in completion, litigation history or financial failures etc.

c. Bidder has been blacklisted by any Government/ Non-Government / Private agencies/ Organizations/
Institutions/ Government Undertakings and funding Agencies in the last 05 years.

The bidder should provide accurate information on litigation and/ or arbitration resulting from contract
completed or under execution by him over the last five years. A consistent history of arbitration
awards/ judgments against the applicant or any partner of a joint venture may result in
disqualification for proposed work. If the details of litigation history are hidden by the applicant and
later on it comes to knowledge of the employer the bidder shall be disqualified for the proposed work
and other appropriate actions shall be taken against the bidder.

The bidder should submit undertaking on non-judicial stamp paper of Rs. 300/- dully attested by
notary public regarding document submitted, are true. Board would have the right to forfeit the EMD
and black list to the bidder if any of the information given by the bidder is found faulty or incorrect or
misleading.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

29.3 During the process of evaluation the Gujarat Urban Development Company may visit and inspect the
works carried out by the bidder in order to assess the performance of the work. The bidder shall have
to make arrangement for inspection of work at the respective work site only. This shall also be
considered for evaluation with reference to performance of the bidder.

29.4 Depending upon the actual bid capacity assessed and other qualifying requirements, the applicant
will be qualified for the work. However, at the price bid evaluation stage, a careful check of the
appropriate references with reference to the information submitted by the bidder will be done and in
no case, a contract will be awarded to a bidder lacking in the financial criteria.

30. Evaluation of Price bid

30.1. Quoted Tender rates shall have to be reasonable and competitive to meet with the timely and
satisfactory performance of the contract.

30.2 Reasonability of Tenders’ proposed method and technique of construction, construction programme,
sequence of components of the work and proposed resources assigned to the work shall be seen
where it has been called for in the tender.

30.3. (a) If the Bid of the successful bidder is seriously unbalanced in relation to the estimated cost of the
work/ item (s) to be performed under the Contract, Gujarat Urban Development Company, may
require the bidder to produce detailed rate price analysis for any of all Items of the Bid of the
quantities to demonstrate the internal consistency of this rate Price with the construction
methods proposed. After evaluation of the rate analysis, the competent authority may require,
that, the amount of the Performance Security set forth in “Clause No.21 under Bid Security”
above of the contract be increased at the expense of the successful Bidder to a level sufficient to
protect the Gujarat Urban Development Company, against financial loss in the event of default of
the successful Bidder under the contract.

(b) In respect of those items for which the quoted rates are more than 10% above the overall
percentage of accepted tender, the payment of such items in the running bills shall be made at
rate of that item which was used for the estimate plus or minus overall variation percentage of
the accepted tender plus 5% of the estimated rate of that item. The balance amount as per
accepted tender rate shall be withheld from the running bills and will be released as per R&B
Department Circular no. PARCH/102008/ (61) dated 03-05-2013. No interest will be payable for
such withheld amount. This shall be taken care by way of payment schedule and quoted rates
need not be changed.

(c) The contract performance for actual execution and the payments to be made for the work shall
be based on such bid rates as per (a) and (b) above wherever applicable for the purpose of
running account bills. However, the final payments shall be made based on the item wise quoted
rates.

(d) Any decision of Gujarat Urban Development Company regarding the interim rates at which
payment shall be made in accordance with the above Clauses shall be final and binding to the
Bidder.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

(e) The application of the above clause (a) & (b) above shall be at the discretion of the employer.

30.4 As the work shall be executed on EPC contract basis on lump sum amount in the abstract of price
schedule, however the contractor should have quoted the item wise rate in the breakup of price
schedule for the purpose of running account bill. In case of variation of the quantities in any item
which needs revision of rates in accordance with "Clause No. 14, Volume-II, the revision of rate of
the particular item shall not be considered more than the quoted rate of such item.

30.5. To assist in the examination, evaluation and comparison of Tenders, the Gujarat Urban Development
Company may ask the Bidders individually for clarification of their tenders including break up of work
done. The request for clarification and the response shall be in writing but no changes in the price or
substance of the tender shall be sought, offered or permitted.

30.6 The detailed methodology for financial bid evaluation of the bid is mentioned in Volume-IV of the
bidding documents

31. Gujarat Urban Development Company reserves the right to accept or reject any Tender without
assigning any reason.

32. PROCESS TO BE CONFIDENTIAL:

Information relating to the examination, clarification, evaluation and comparison of bids and
recommendations for the award of a contract shall not be disclosed to bidders or any other persons
not officially concerned with such process. Any effort by a bidder to influence the Employer's
processing of bids or award decisions by any way may result in the rejection of the bidder's bid.

33 PRELIMINERY EXAMINATION OF TECHNICAL PROPOSAL:

The Employer will examine the bids to determine whether they are complete, whether the documents
have been properly signed, whether-the required security is included, and whether the bids are
generally in order. Any bids found to be non-responsive for any reason or not meeting the minimum
levels of the performance or other criteria specified in the bidding documents will be rejected by the
Employer and not included for further consideration.

34.0 JOINT VENTURE CONSORTIUM (JV):

Joint venture consortium of Maximum Two firms/ members / companies, as partners shall be allowed
for the works.

All the Members of the JV shall be jointly and severally responsible for this Contract. The Member of
the JV holding highest stake shall be the Lead Partner. The JV shall comply with the following
requirements:

(a) A Joint venture agreement must be submitted along with the documents in which minimum
share of lead member shall have to be 60% and share of other members, individually shall not
be less than 25%.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

(b) All the members of the Joint Venture firms shall have to collectively satisfy all the criteria
mentioned.

In joint venture both the members shall be an Indian citizen, Indian partnership firm or Indian
private/ public limited company

All the members of Joint Venture shall have registration as per Volume I, Section II, Clause I.

(c) The individual members who join in JV shall have to give an undertaking that they will maintain
status-quo till the completion of the work, if the work is awarded to the JV Consortium, the same
JV Consortium shall be maintained till the satisfactory completion of the work. This undertaking
shall be submitted on Stamp paper Rs. 300. duly signed by authorized signatory, which shall be
notarized.

(d) In case of Bidder participating as a Joint Venture, on his selection for award of contract, all the
partners/members of the Joint Venture will have to sign the Contract with the employer and will
be jointly and severally liable for performance of the contract. Award of Contract will be in the
name of Joint Venture consortium which will be considered as “Legal Entity” as far as this Bid/
Contract is concerned. The payment for works will be made to one named and nominated bank
account of the Joint Venture Consortium. The account details of the consortium acknowledged
by the Power of Attorney should be submitted to the Employer after the award of the Job.

(e) The Bid, and in case of a successful bid, the Form of Contract Agreement, shall be signed with
the name of Joint Venture which will be legally binding on all the partners;

(f) Lead partner shall be declared as Prime Bidder authorized to be in charge; and this authorization
shall be evidenced by submitting a Power of Attorney signed by legally authorized signatories of
all the partners;

(g) The member in charge shall be authorized to incur liabilities, receive payments and receive
instructions for and on behalf of any or all partners of the Joint Venture and the entire execution
of the contract including defect liability period;

(h) All members of the Joint Venture shall be jointly and severally liable for the execution of the
Contract in accordance with the Contract terms, and a relevant statement to this effect shall be
included in the Authorization mentioned under (b) above as well as in the Bid Form and the Form
of Contract Agreement (in case of a successful Bid); and,

(i) A copy of the stamped and notarized agreement entered into by the Joint Venture partners shall
be submitted with the Bid. Roles, responsibilities and financial stakes of all members of the Joint
Venture consortium shall be clearly and unambiguously prescribed in the Joint Venture

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

agreement. In case of non-prescription, the JV agreement will be declared as invalid and the bid
will be treated as non-responsive.

(j) In case of Joint Venture, JV entity should satisfy the criteria as per clause 34b (Table)

(k) The contractors participating in the name and form of a Joint Venture consortium shall have to
clearly and unambiguously define the role, responsibilities and financial stake of each of the
partners, the lead partner shall also have to be defined. On award of contract to such a Joint
Venture consortium, each of the members of the Joint Venture consortium shall have to sign the
Contract. Each member of the JV shall be jointly and severally responsible for the performance
of the contract.

(l) An original notarized copy of the agreement as prescribed in Form-22 entered into by the joint
venture partners shall be submitted with the bid. It should also distinctly show the financial
participation of each member of the joint venture and the responsibility of each member as
regards planning and execution of the work.

(m) In case of conflict between the terms in contract agreement and the Joint Venture documents,
the terms in the contract agreement shall prevail.

(n) The experience of the Sole Entity / Joint Venture only in India shall be applicable for works in this
bid.

35. DELETED

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

G. AWARD OF CONTRACT

36 SUCCESSFUL BIDDERS:

The Employer will award the Contract to the bidder whose bid has been determined to be
substantially responsive in terms of minimum qualification requirement and technical
requirements to the bidding documents and who has offered the Lowest Evaluated Bid Price,
provided that such bidder has been determined to be eligible & qualified in accordance with the
provisions mentioned under “Clause F. Evaluation of Tender” in Section-II. A substantially
evaluated responsive Tender is one, which conforms to all the terms, conditions and
specifications of tender documents without material deviation or reservation. The material
deviation or reservation is one,

36.1. Which affects in any substantial way the scope, quality or performance of the works.

36.2. Which limits in any substantial way inconsistent with tender documents, the Employer’s ‘right’
or the Bidder’s obligations to the contractor.

36.3. Whose rectification would affect unfairly the competitive position of other bidders presenting
substantially responsive tender.

37 EMPLOYER’S RIGHT TO ACCEPT ANY BID OR TO REJECT ANY OR ALL BIDS:

37.1. Those Tenders which do not have Digital Signature attached shall be rejected.

37.2. Tender without Earnest Money Deposit, will be treated as non-responsive and will be out
rightly rejected.

37.3. Notwithstanding the above, the Gujarat Urban Development Company reserves the rights to
accept or reject any bid or to cancel the Bidding process and reject all Bids at any time prior to
award of contract, without thereby incurring any liability to the affected Bidder or Bidders or any
obligation to inform the affected Bidder or Bidders on the grounds of the competent authority's
action.

37.4. In addition to the above, the Tender will also be liable to be rejected out rightly if, the Bidder
or in the case of a firm, each partner or the person holding the Power of Attorney thereof does
not digitally sign.

38 NOTIFICATIONS OF AWARD:

38.1 Prior to the period of bid validity prescribed by the Employer, the Employer will notify the
successful bidder by fax, confirmed by registered letter, that its bid has been accepted. This letter
(hereinafter and in the Conditions of Contract called the “Letter of Intent") shall name the sum
which the Employer will pay the Contractor in consideration of the execution, completion and
maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the
Conditions of Contract called “the Contract Price”).

38.2 The notification of award will constitute the formation of the Contract.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

38.3 Upon the furnishing by the successful bidder of a performance security (and domestic
preference security where required).

39 SIGNING OF CONTRACT AGREEMENT:

39.1 At the same time that he notifies the successful bidder that its bid has been accepted, the
Employer will send the bidder the Form of Contract Agreement, incorporating all agreements
between the parties.

39.2 Within 15 days of receipt of the Form of Agreement, the successful bidder shall sign the Form
and return it to the Employer.

40 PERFORMANCE SECURITY:

40.1. The successful bidder shall have to pay Performance Security in the form of Unequivocal
bank guarantee issued by any shortlisted bank as per Notice Inviting Tender having branch at
Ahmedabad or Gandhinagar and the same shall become refundable as per Clause No. 01 under
General Conditions of Contract.

41 CORRUPT OR FRAUDULENT PRACTICES:

41.1 Gujarat Urban Development Company requires that bidders/suppliers/contractors have


followed the highest standard of ethics during the procurement and execution of such contracts.
In pursuance of this policy:

(a) Defines for the purposes of this provision, the terms set forth below as follows:

(i) “Corrupt practices” means behaviour on the part of officials in the public or private sectors by
which they improperly and unlawfully enrich themselves and/or those close to them, or induce
others to do so, by misusing the position in which they are placed, and it includes the offering,
giving, receiving, or soliciting of anything of value to influence the action of any such official in the
procurement process or in contract execution; and

(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement


process or the execution of a contract to the determination of the Borrower, and includes
collusive practice among bidders (prior to or after bid submission) designed to establish bid
prices at artificial non-competitive levels and to deprive the borrower of the benefits of free and
open competition;

(b) Will reject a proposal for award if it determines that the bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for the contract in question;

(c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a
contract if it at any time determines that the firm has engaged in corrupt and fraudulent practices
in competing for, or in executing, a contract.

If at any stage it is found that bidder had hidden material information or had submitted
information which is false and fraudulent shall be debarred from bidding in Gujarat Urban
Development Company tender for three years and EMD shall be forfeited. The matter shall also
be brought to notice to the registration authority of the contractor.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

42 GENERAL RULES AND DIRECTIONS:

42.1. No receipt for any payment alleged to have been made by a Contractor in regard to any matter
relating to this tender or the contract shall be valid and binding on GUDC unless it is signed by the
Engineer-in-Charge.

42.2. The measurements of work will be taken according to the usual method in use in Gujarat Urban
Development Company and no proposal to adopt alternative methods will be accepted. The decision
of the ‘Engineer-in-Charge as to what is the usual method in use in the Gujarat Urban Development
Company, will be final.

42.3. Under no circumstances shall any contactor be entitled to claim enhanced rate for any item covered
in this Contract except price variation for specified items as per contract.

42.4. The Contractor shall not be permitted to tender for the work in which his near relative is working in
that GUDM and GUDC as on date when Tender is submitted.

(Note: By the term “near relative” it is meant wife, husband, parent, and grandparent)

42.5. The contractor shall compulsorily furnish his latest address(es) including the latest address of his
partners and place(s) of filling his/their income tax returns along with the tender (in the annexure form
appended hereinafter). Any changes, if occur, in such address, during the tenure of contract, the
latest address(es) shall invariably and forthwith be intimated by the Contractor to the concerned
Engineer-in-Charge.

42.6. Receipt for payment made on account of the work, when executed by a firm shall be signed by all the
partners except where the contractors are described in their tender as firm in which case the receipt
shall be signed in the name of the firm by one of the partners or by some other person having
authority to give effectual receipts for the firm.

42.7. Every Blank (fields) in the Tender document (Forms, Schedule, etc.) must be filled up by the Bidder
and shall be submitted online.

42.8. Erasures and corrections:

Person’s tendering is informed that no erasures or alternations by them in the text of document
downloaded from website will be allowed and such erasure and alterations will be disregarded. If
there is any error in writing, Bidder can edit the same and correct it. Please refer to the Vendor
Training Manual.

42.9. The contract will normally be made within 180 days from last date of receipt of Tenders.

43.0 DECLARATION FORM: (FORM-H)

43.1. In conjunction to Sub Clause 'C' under “29. Evaluation to Technical bids" the bidder should submit
undertaking as per Form-H on non-judicial stamp paper of Rs.300/- dully attested by notary public
regarding document submitted, are true. GUDC would have the right to forfeit the EMD and blacklist
the bidder if any of the information given by the bidder is found faulty or incorrect or misleading.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

44.0 REQUIREMENTS OF A BIDDER

44.1 The applicant in the same name and style shall be a well-established Civil/Mechanical/Electrical (as
per type of the tender) Engineering Contractor and shall have Registration in the required class for
the work. The agencies whose contracts have been terminated on account of non-performance/poor
performance in any work and debarred contractors will not be eligible for this Tender.

44.2 COMPETENCY OF TENDER: -

Contract will be awarded to responsive Bidders on the basis of prequalification criteria and evaluation
of price-bid accordingly.

44.3 The Bidders/Bidders are required to deploy the necessary machineries/ equipment’s (by owning/
hiring/ leasing) for the execution of work as specified in Clause 3.0, Section-III of this Volume

44.4 The Bidder shall employ Project Manager, Engineers, technicians and other key personnel and other
Civil/Mechanical/Electrical Technical Staff as specified.

45.0 SUPPORTING DOCUMENTS:

45.1. The bidder must provide by uploading evidence of having adequate experience and performance
which include supporting certificate or report relating to physical, financial, technical and other
capability of the bidder from the respective clients in their original language along with certified
translation of all relevant portions of the information about the financial capacity in Indian Rupees
Only.

45.2. MACHINERIES

The work of Sewage Treatment Plants will require sufficient numbers of equipments like hauling
equipment, allied equipments, and other such machinery tools and plants required for the smooth
execution of the work. Bidder should have sufficient machinery which is required for execution.

The list of machinery as available with contractor or intended to be acquired should be furnished
invariably by the bidder with the documents. Other machinery specifically available but under use or
to be used for other project could be listed in addition.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

VOLUME – I

SECTION-III

QUALIFICATION CRITERIA & EVALUATION PROCEDURE

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

SECTION-III

QUALIFICATION CRITERIA & EVALUATION PROCEDURE

1.0 GENERAL:

All information requested for in the down loaded forms should be furnished against the respective
columns in the forms in electronic formats. If information is nil it should also be mentioned as nil or no
such case. If any particular query is not applicable in case of the applicant, it should be stated as not
applicable However, the tender/ Bidders are cautioned that not giving complete information called for
in the tender Documents in the form required or not giving it in clear terms or making any charge in
the prescribed forms may result in the Bidder being summarily disqualified.

1.1 The tender’s/ Bidder’s name shall appear on each page of the prescribed Proforma.
1.2 Reference, Information and certificates from the respective clients certifying suitability, technical
know-how or capability of the Bidder shall be signed by that client, in full with his name underneath in
block letter and designation in that organization.
1.3 No further information will be entertained after submission of Tender Document unless it is called for
by the GUDC.
1.4 Any effort by a Bidder / Bidder to influence the GUDC in the process of examination. Clarification,
evaluation of Tender and in decision concerning qualification, may result in disqualifying the Bidder.
1.5 The successful per-qualification made in the case of any Bidder for any other work of GUDC will not
be considered valid for the present work.
1.6 The time for completion of the work is (As Mentioned in Tender Notice) including 3 months trail run
period from the date of ‘Letter of Intent’.

1.7 The intending Bidder shall get himself registered with nproucre.com for obtaining his unique
identification number and digital signature required for participating in the bid.
1.8 The bids received under this single stage, two envelope procedure, shall be assessed and evaluated
based on the qualification criteria and evaluation procedure prescribed hereunder.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

2.0 LIST OF ACCOMPANIMENTS:

Bidder shall include following accompaniment to tender documents while submission.

SL. FORM
DESCRIPTION OF PROFORMA
NO. NO.

1 Form-0 List and order of Submittals

2 - Proforma for “Letter for submission of tender”.

3 Form-1 Details of organization structure of the bidder

4 Form- 2 Details of Personnel

5 Form- 3 Details of Machinery Equipments and work Plan

6 Form- 4 Information relating to Financial Criteria

7 Form-5 Financial data

8 Form-6 List of works already completed by the Bidder

9 Form-7 Details of works on hand with Bidder

10 Form-8 Details of experience of completed work (similar nature)

Additional Information and Litigation History / Debarment /


11 Form-9
Blacklisting

12 Form-10 Information for tenders submitted but not awarded

13 Form-11 Certificate for experience of work

14 Form-12 Joint Venture data

15 Form-13 Personnel/ staff proposed for the project

Curriculum Vitae of Project Manager and all key Technical


16 Form-14
Staff

17 Form-15 Proposed site organization and Management

18 Form-16 Details of experience for physical qualification criteria

Approach & Methodology with conceptual design & supporting


19 Form-17
calculations of the system.

20 Form-18 Form-H (Declaration)

21 Form-19 Proforma for Bank Guarantee (EMD)

Work wise details of work completed/ in progress by the


22 Form-20
contractor.

23 Form-21 Proforma for Performance guarantee

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

24 Form-22 Proforma for Joint Venture Agreement

Assured Pipe Supply Declaration (MOU with Manufacturer of


25 Form-23
DI/MS/RCC/UPVC/ DWC pipe)

Format for Memorandum of Understanding (MoU) with pipeline


26 Form-24
supplier (If Applicable)

Site visit certificate - To be submitted on company’s letter head


27 -
duly sealed and signed by PoA.

MoU for engagement of Agency for specialized work to be


28 -
included in the Tender Form (if applicable)

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

3.0 ELIGIBILITY FOR QUALIFICATION:

3.1 The Bidder in the same name and style shall be a well-established Civil Engineering contractor with
at least 5 (Five) years’ experience and capability for construction of all types of Civil / Mechanical /
Electrical Engineering works.

3.2 The Bidder in the same name and style must give evidence of having adequate experience in
mobilizing equipment and personnel for large value contracts and in the deployment of heavy
construction equipment for the type of work described earlier.

3.3 The Bidder must have adequate staff and equipment for carrying out work in accordance with time
schedule.

3.4 The Bidders/Bidder must have a Project Manager with not less than 5 (Five) years’ experience in
managing construction in the field of Civil Engineering works as mentioned in Clause 3.1 and similar
work, along with minimum number of engineering, technical and other key personnel with adequate
experience in civil engineering work as under:

(1) Project Manager : 1 Nos.

(Degree engineer in any discipline with minimum 5 years of experience)

(2) Civil Engineers (Degree holders) : 2 Nos.

(2) Water Supply Expert (Degree holder) : 1 Nos.

(3) Electromechanical Engineer (Degree holders) : 1 Nos.

(4) Site Engineer (Diploma holders) : 3 Nos.

(5) Technical Assistants (Diploma / ITI) : 1 Nos.

Note:
i. If sufficient staff does not exist at the time of bidding, an undertaking for employing the
necessary staff shall be given by the Bidder.

ii. Successful Bidder shall deploy minimum key Personnel’s mentioned above during execution
of work at site.

3.5. The Bidder must provide evidence of having adequate experience. The Bidder should upload the
digitally signed scanned copies to supporting certificate, reports relating to physical, financial,
technical, machinery and other capability of the applicants in their original language along with

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

certified translation of all relevant portions of the certificate/reports in English duly attached with their
Digital Signature. The applicant should upload the financial capabilities in Rupees only.

3.6 The Bidders are required to upload digitally signed scanned copies along with their applications
certificates obtained from the concerned authorities/ employers towards proof.

3.7 Qualification of the bidder:

To be qualified for award of Contract, bidders shall:

(a) Submit a written power of attorney authorizing the signatory of the bid to
submit the bidder;

(b) Submit Qualification requirements specifying financial capacity, technical


capacity, minimum acceptable levels with regards to Bidder's experience
in relevant projects and other relevant factors such as work in hand, future
commitments, and litigation history as given and described in the the Section IV, Volume I

(c) Submit proposals regarding work methods, scheduling and re sourcing

which shall be, provided in sufficient detail to confirm the bidders’ capability to complete the works
in accordance with the specifications and the time for completion.

(d) Memorandum of Understanding (MoU) with qualified Manufacturer of DI/MS/RCC/UPVC/


DWC pipe as applicable shall be submitted on ₹300/- non judicial stamp paper duly notarized
and signed by the respective authorized representatives clearly stating the terms & conditions of
the MoU as per Form-24. Such MOU should be valid up to Operation and Maintenance period
and it shall not be amended or modified without prior consent from GUDC during the period of
performance of contract; GUDC shall not allow such change except for special reasons. The
MoU should also form as part of the contract agreement.

3.8 If the bidder is joint venture

(a) In case of bidder participating as a Joint Venture, on his selection for


award of contract, all members of the Joint Venture will have to sign the contract with the
Employer and will be jointly and severely liable for performance of the contract/ Award of contract
will be in the name of Joint Venture consortium which will be considered as "Legal Entity" as far
as this bid/contract concern.

(b) The bid, and in case of a successful bid, the Form of Contract Agreement, shall be signed with
the name of Joint Venture which will be legally binding on all partners;

(c) One of the partners shall be declared as Prime Bidder authorized to be in charge; and this

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

authorization shall be evidenced by submitting a power of attorney signed by legally authorized


signatories of all the partners;

(d) The partner in charge shall be authorized to incur liabilities, receive


payments and receive instructions for and on behalf of any or all partners of the joint venture and
the entire execution of the Contract;

(e) All partners of the joint venture shall be jointly and severally liable for the execution of the
Contract in accordance with the Contract terms, and a relevant statement to this effect shall be
included in the Authorization mentioned under (b) above as well as in the Bid Form and the Form
of Contract Agreement (in case of a successful bid); and

(f) A copy of the Stamped and notarized agreement entered into by the joint venture partners shall
be submitted with the bid. Roles, responsibilities and financial stakes of all members of the Joint
Venture consortium shall be clearly and unambiguously prescribed in the Joint Venture
agreement. In case of non-prescription, the JV agreement will be declared as invalid and the bid
will be treated as a single bidder, in the name of bidder, who has purchased the bid documents.

(g) In case of Joint Venture technical strengths of all the members shall be grouped together for
evaluation. Financial strength of the JV members will be as per clause 34b (Table)

Note: In addition to the above JV conditions the conditions mentioned in "Clause 34. Joint
venture consortium" shall also be referred.
3.9 Bidders shall also submit proposals of work methods and schedule, in sufficient detail to demonstrate
the adequacy of the bidders' proposals to meet the
Employer's Requirements.

3.10 All guarantees shall be in the name of the joint venture if the bid is submitted in
the form of a joint venture.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

4.0. MINIMUM PRE- QUALIFICATION CRITERIA:

To qualify, each bidder in the same name and style should have achieved the following
performances:

4.1. List of Mandatory documents to be submitted

a. Registration

b. EMD/Bid Security /Tender Fee

c. Solvency Certificate

d. Turn Over

e. Bid Capacity

f. Document supporting similar nature of work & physical criteria

If bidder fails to submit above documents or mandatory criteria are not fulfilled, bidder shall be
considered as not qualified and their financial bid shall not be open. To qualify, each bidder in the
same name and style should have achieved the following performances:

a. Registration: As per Section: II, Instruction to Bidder, Clause 1

b. EMD and Tender Fees

As per tender notice.

C. Solvency Certificate

Bank Solvency of minimum Rs.10,76,38,191.00. Solvency Value Certificate of the organization


should be of Current calendar Year 2024 issued by Nationalized Bank or Bank listed as per latest
GR of. Finance Department Such certificate should be issued on Banker’s letter head.

4.2. FINANCIAL

4.2.1 TURNOVER:

Bidder must have achieved minimum average annual financial turnover (at FY 2023-24 price level)
from contract receipt of works (in all classes of civil engineering construction works only) of
Rs.26,90,95,476.00 in Last three financial years i.e. from April 2020 to March 2023

Note:

The details pertaining to turnover for the year April 2020 to March 2023 shall be certified by
Chartered Accountant on his own letter head and duly attested.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

4.2.2 SIMILAR NATURE OF WORK:

The bidder must have completed similar nature of work i.e., Water supply / Drainage/Sewerage
Projects within last seven financial years i.e., from Financial Year 2016-17 to FY 2022-23 and up to
one month prior to last date of submission of the bid of value not less than:

One similar completed work costing not less than the amount equal to Rs.43,05,52,762.00

Or

Two similar completed works costing not less than the amount equal to Rs.26,90,95,476.00

Or

Three similar completed works costing not less than the amount equal to Rs.21,52,76,381.00
4.2.3 AVAILABLE BID CAPACITY

The Bidder who fulfils the qualifying criteria mentioned above shall be qualified only if he fulfils the
requirement of bidder’s capacity. The bidding capacity of any tender/ Bidder is required to be more
than or equal to the estimated cost of the work i.e., Rs. 53,81,90,953.00 /- The bidder’s capacity shall
be computed as shown below.

Available Bid Capacity = [(A x N x 2.0) - B)]

Where:

Maximum value of construction works executed in any one year during the
A = last seven years updated at the financial year updated at 2023-2024 Price
level.

B = Value of the existing commitments as on date of bid submission for works


(complete or partial) to be completed in the next 2.0 year (24 Months). The
details shall be countersigned by the Executive Engineer or the equivalent
officer of the employer on whose behalf the firm is carrying out the works.

Also, declaration of financial liabilities, work on hand/completed projects on


Rs.300/- non-Judicial stamp paper.

In the case of a Joint Venture (If Applicable), parameters A and B shall be


determined based on details pertaining to such partners who propose to
undertake physical execution of work and in proportion to their
participation/stake as specified in respective clause in the tender documents.

N = Years prescribed for completion of the work for which bids are invited. 2.0
year (24 Months)

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

If the Tender has been invited as a Package/Slice Minimum aggregate required Bid
Capacity shall be considered and accordingly the Bidder may qualify for less number of
Packages/Slices. In case of individual Tenders (not invited in a single Basket) the
Bidder may qualify for a particular work (based on his Technical Bid), but at the time of
evaluation of Price Bid, if a greater number of such individual Bids are evaluated
simultaneously, aggregate Bid Capacity shall be considered. In such a case, if the
Bidder does not have adequate capacity for all the Bids in which his Bid is the lowest
responsive Bid, he may be considered for a smaller number of Bids. Decision of the
Employer based on the least cost combination as may be the most advantageous to
Competent authority shall be final and binding to all the Bidders.

Note to 4.1 Financial Criteria:

(a) The statement showing the value and details of completed works, existing commitments and
ongoing works as well as the stipulated period of completion remaining for each of the work
listed should be countersigned by the officer not below the rank of an Engineer-In-Charge.
(b) The certificate for past performance should be as per prescribed Performa in Form11.
(c) The Bidders are required to upload latest client’s certificates in Form-11 (or in any format with
yearly breakup) obtained from the concerned authorities/ employers towards proof of their
having executed contracts satisfactorily along with their bids. The quantities involved should be
certified by the top executive of the firm in the prescribed Performa in Form 11 (or in any format
with yearly breakup) of Volume-I.
(d) Physical and Financial Performance of Any Work Not Supported By Client Certificate in Form-
11 or In Any Form Will Not Be Considered For Qualification.
(e) The Bidder should furnish the information about financial capability (similar nature of work) in
Form-8 (To satisfy Financial Criteria 4.1.2). Bidders are required to substantiate the information
by submission of appropriate client certificates (Form -11).
(f) Bidder must provide by uploading evidence of having adequate experience. The bid should
include supporting certificate or report relating to physical, financial, technical and other
capability of Bidder in their original language along with certified translation of relevant portion
of the certificate/ report in English. The Bidder should furnish the information about financial
capability in Rupees only.
(g) Depending upon the actual bid capacity assessed and other qualifying requirements, the
applicant will be qualified for the work.
(h) The bidder is required to submit the declaration of his financial liabilities, work on
hand/completed projects on Rs.300/- non-Judicial stamp paper. In case of false statement/

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

declaration the bidder shall be liable for penal action. Further, the details furnished in the
relevant form as per tender should be in line to the declaration by the bidder.
(i) The criteria mentioned above at shall be evaluated based on the details submitted with the
documents. Such bidder shall have to submit the details in the prescribed proforma which are
applicable to them. Bidders should read the note under each Form/Annexure carefully and
submit the details accordingly.
(j) Turnover of previous year and cost of completed / executed similar nature of work/ O&M shall
be given additional weightage of ten percent per year to bring them to Financial Year 2023-
2024 Price level to account for price escalation as illustrated below:
Effective cost of executed
Turnover/ Cost of work at previous
Financial Year
Executed work/O&M completed financial year’s
price level
2016-2017 G 1.77 x G
2017-2018 F 1.61 x F
2018-2019 E 1.46 x E
2019-2020 D 1.33 x D
2020-2021 C 1.21 x C
2021-2022 B 1.10 x B
2022-2023 A 1.00 x A

Note:
(i) Financial year means period beginning from the 1st April to 31st March of the next year.
(ii) The details pertaining to Turnover for the Financial year 2016-17 to Financial year 2022-
23 and the details pertaining to Net Cash Accrual, Net Worth and Net Working Capital for
the year Financial year 2016-2017 to 2022-2023 shall be certified by Chartered
Accountant on his own letter head and duly attested. The cost of material supplied by the
Government/ Client shall not be taken into account for experience against Turnover &
Similar nature of work.

4.3. PHYSICAL CRITERIA:

The bidder must have successfully carried out minimum quantities of the following work in any one
project during last Seven (7) Financial Year i.e., 2016-17 to 2022-2023 and upto one month prior to
last date of submission of the bid.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

4.3.1 PIPELINE:

A. Metallic Pipeline:

Procure, Lowering, Laying, Jointing, Testing and Companying of minimum length (as under) of
metallic pipeline in any single project during last Seven (7) financial years i.e. 2016-17 to 2022-2023
and up to one month prior to last date of submission of the bid. If the pipeline work has been
completed along with successful hydro testing, such works shall also be considered for the
evaluation based on the facts and circumstances as certified by the client.

The material supplied by the client will not be considered for procurement purpose.

Min. Diameter Min. Length


Type of Pipeline
(In mm) (In Km)
Metallic ≥ 150 mm ≥ 90.107 Km

B. Non-Metallic Pipeline – DELETED

4.3.2 PUMPIMG MACHINERY:

The bidder must have experience of supply, installation, testing and Companying of
electromechanical works not less than 238 KW in single completed contract during last Seven (7)
financial years i.e. 2016-17 to 2022-2023 and up to one month prior to last date of sub-Company of
the bid.

4.3.3 WATER TREATMENT PLANT: - DELETED

4.3.4 ELEVATED STORAGE RESERVOIR:

Bidder must have experience in Construction of Elevated Water Storage Reservoir of at least 5.0 Lac
Litre (Single Capacity) in single completed project during last Seven (7) financial years i.e., 2016-17
to 2022-2023 and upto one month prior to last date of sub-Company of the bid.

4.3.5 STORAGE SUMP:


Bidder must have experience in Construction of Storage Sump of at least 9.00 Lac Litre (Single
Capacity) in single completed project during last Seven (7) financial years i.e., 2016-17 to 2022-
2023 and up to one month prior to last date of sub-Company of the bid.

4.3.6 OPERATION & MAINTENANCE:


The bidder shall have successfully Companied at least one similar project (as narrated above) with
operation & maintenance for minimum 1 year after Companying, inclusive of defect liability period, in
single contract amounting to Rs. 21,52,76,381.00/- in last Seven (7) years from one month prior to
last date of sub-Company of bid.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Note: The amount of works shown above means project costs.

OR
The bidder shall have successfully completed operation and maintenance for minimum 1 year in
single contract of similar nature (as narrated above) amounting to Rs.78,74,155.00/- in last Seven (7)
years from one month prior to last date of sub-Company of bid.
Note to 4.2 Physical Criteria:

I) The works for which bidder have not entered in to contract agreement will not be considered
II) The above experience shall be completed within last Seven (7) i.e., FY 2016-17 to 2022-2023
and up to one month prior to last date of sub-Company of the bid for which Form -3A/11 must
be submitted.
Experience as sub-contractor shall not be considered.
III) The experience of works executed in Government (State/Central), Board, Corporation, and
Government Undertaking /Organizations of state & central government shall only be considered
for evaluation. The experience certificate from the client equivalent to not below the rank of
Executive Engineer shall be considered. The experience of sublet works shall not be
considered.
IV) All MOUs shall be on a Non-judicial stamp paper of appropriate value duly notarized and
signed by respective authorized representatives.
V) The Bidder/JV MEMBER/MOU partners contract should not have been
terminated/blacklisted/debarred in any State Govt/ Municipal Corporations/ Central Govt./ Any
state Govt Organization, Urban Local body and/or its undertaking company or its SPV, Asian
Development Bank/ World Bank or similar international funding agencies organizations due to
delay in projects during last five years.
VI) Deleted.
b) Deleted.
VII) The Bidder should furnish the information about Physical capability (to satisfy Physical Criteria
4.2.1, 4.2.2, 4.2.3, 4.2.4 & 4.2.5) in Form 16. Bidders are required to substantiate the information
by submission of appropriate client certificates (in Form 11).
VIII) The works for which bidder have not entered in to contract agreement will not be considered.

IX) If the bidder claiming Technical/ Physical Eligibility Criteria for the works has completed any of
the works in joint venture with any other company then, along with the experience certificates,
the firm shall submit the joint venture agreement for that particular work. Experience certificates
not accompanied by joint venture agreement shall not be considered for evaluation. The credit
for the bidder which has completed a work in joint venture is allocated as follows:

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

(1) If the bidder has completed the work as a member in the project, then the bidder can claim
credit for the entire scope of the work in proportion to the stake (e.g., if the capacity of the ESR
executed is 30 ML and if the firm has executed the project as member with a 40% stake then
the firm can claim credit for (40% x 30 ML) 12 ML works.

Note: The above condition shall also apply to Clause No. 4.2.2 ‘Similar Nature of work’
under financial criteria.

1. The above experience shall be completed within last Seven (7) i.e., 2016-17 to 2022-2023 and
up to one month prior to last date of submission of the bid for which Form -3A/11 must be
submitted.

2. All MOUs shall be on a Nonjudicial stamp paper of appropriate value duly notarized and signed
by respective authorized representatives.

3. Bidder should fulfil the criteria mentioned under Clause 4.0, Minimum Qualifying Criteria. If not
fulfilled, he will be out rightly rejected.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

VOLUME – I

SECTION-IV

QUALIFICATION DATA SHEET TO BE FILLED UP BY THE BIDDER

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

QUALIFICATION DATA SHEET


TO BE FILLED UP BY THE BIDDER

The qualification questionnaire contains the following forms:

SL. FORM
DESCRIPTION OF PROFORMA
NO. NO.

1 Form-0 List and order of Submittals

2 - Proforma for “Letter for submission of tender”.

3 Form-1 Details of organization structure of the bidder

4 Form- 2 Details of Personnel

5 Form- 3 Details of Machinery Equipments and work Plan

6 Form- 4 Information relating to Financial Criteria

7 Form-5 Financial data

8 Form-6 List of works already completed by the Bidder

9 Form-7 Details of works on hand with Bidder

10 Form-8 Details of experience of completed work (similar nature)

Additional Information and Litigation History / Debarment /


11 Form-9
Blacklisting

12 Form-10 Information for tenders submitted but not awarded

13 Form-11 Certificate for experience of work

14 Form-12 Joint Venture data

15 Form-13 Personnel/ staff proposed for the project

Curriculum Vitae of Project Manager and all key Technical


16 Form-14
Staff

17 Form-15 Proposed site organization and Management

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

SL. FORM
DESCRIPTION OF PROFORMA
NO. NO.

18 Form-16 Details of experience for physical qualification criteria

Approach & Methodology with conceptual design & supporting


19 Form-17
calculations of the system.

20 Form-18 Form-H (Declaration)

21 Form-19 Proforma for Bank Guarantee (EMD)

Work wise details of work completed/ in progress by the


22 Form-20
contractor.

23 Form-21 Proforma for Performance guarantee

24 Form-22 Proforma for Joint Venture Agreement

Assured Pipe Supply Declaration (MOU with Manufacturer of


25 Form-23 DI/MS/RCC/UPVC/ DWC pipe)

Format for Memorandum of Understanding (MoU) with pipeline


26 Form-24
supplier (If Applicable)

Site visit certificate - To be submitted on company’s letter head


27 -
duly sealed and signed by PoA.

MoU for engagement of Agency for specialized work to be


28 -
included in the Tender Form (if applicable)

Note:
1. If necessary, additional sheets may be added to the forms. Each page of each form should be clearly
marked in the right top corner as follows: Form-0, page 1; Form I, page 2, etc.
2. Some of the forms will require attachments. Such attachments should be clearly marked as follows:
Attachment 1 to Form I, Attachment 2 to Form I, etc.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM-0

Sr. No. LIST AND ORDER OF SUBMITTALS

1. Covering Letter Letter for submission of tender (Scanned Copy)

Scanned copy of Account payee Demand Draft for Tender


Fee in accordance with relevant clause of Tender Notice,
2. Tender Fee
and also in physical form shall also be submitted by
RPAD/Speed Post

Scanned copy of E.M.D. in accordance with relevant clause


3. Earnest Money Deposit in “Tender Notice” of tender notice and the original shall
also be submitted in physical form by RPAD/Speed Post

Bidder (individual or any member in case of JV/ consortium)


shall not have suffered bankruptcy/ insolvency during the
4. Joint Venture Agreement last 5 years. For this Certificate of CA appointed by the
bidder must be produced along with a self affidavit on non-
judicial stamp paper of ₹300/- duly notarized

Letter of Incorporation of the company (Individual or any


5. Company Establishment Details
member in case of JV/ consortium)

Certificate of registration of contractor as per Registration


6. Certificate of Registration
requirement mentioned in Volume I, Section II, Clause 1.

Permanent Account Number Copy of the latest Income Tax Return with permanent
7. (PAN) And Latest Income Tax account number (PAN), Latest Income Tax Return
Return Certificate Certificate (Scanned copy).

Goods and Services Tax


Copy of Goods and Services Tax Identification Number
8. Identification Number (GSTIN)
(GSTIN) . (Scanned copy).
Details

Scanned Copy of the Solvency Certificate from Bank of


9. Solvency Certificate
required amount as per Tender Notice.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM-0

Sr. No. LIST AND ORDER OF SUBMITTALS

Power of attorney on ₹300/- Non-Judicial stamp paper duly


10. Power of Attorney notarised, if power is delegated for signing the bid to other
persons by bidder. (Scanned Copy)

Power of Attorney on the name of lead partner in JV


Power of Attorney for Lead
11. Agreement on non-judicial stamp paper of ₹300/- duly
Member
notarized

The bidder should submit undertaking on non-judicial


Undertaking Regarding
12. stamp paper of ₹300/- duly notarized regarding document
Document Submitted, Are True.
submitted, are true.

The bidder, whose contracts are earlier terminated on


account of poor performance in GUDC/GWSSB / GWIL
13. Bidder Past Performance
works, will not be eligible. For this tender Self Declaration
by bidders is required

14. Supporting Document Form 0 to Form 24

Information relating to Financial Certificate from chartered accountant verifying the Turnover
15.
Criteria of last 7 financial years

Information relating to Financial Audited Balance sheet certified by Chartered Accountant


16.
Criteria and duly notarized for the last 7 financial year

A scanned copy of declaration showing the details of all


works completed and works on hand with the contractor and
List Of Work On Hand And Work the value of works that remain to be executed.
17.
Completed
(List of Work on hand to be supported with non-judicial
stamp paper of ₹300/ duly notarized).

1- With Qualified technology provider (If Applicable)


MOU To Be Submitted on Non
18. 2- Experience of designing and execution of Proposed
Judicial Stamp Paper Of ₹300/-
Technology
Duly Notarized along with
Proposed Technology Details 3- Control Philosophy and design credentials of Proposed
STP

19. Other Documents Schedule of construction method

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM-0

Sr. No. LIST AND ORDER OF SUBMITTALS

Work plan

Schedule of Major items of equipments

Schedule of key personnel

Note: All submittals shall be numbered chronically and reference of page nos shall be mentioned in
“FORM-0”. The same is to be uploaded online and submitted in physical form as well.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

LETTER FOR SUBMISSION OF TENDER


To
The Vice President (P)
Gujarat Urban Development Company
Gandhinagar

Sub: BID DOCUMENTS FOR “WORKING SURVEY, SOIL INVESTIGATION, DESIGN, BUILT AND OPERATE (WITH 3
MONTHS OF TRIAL RUN) FOR CONSTRUCTION OF UG CLEAR WATER SUMP, ELEVATED SERVICE RESERVOIR,
PROVIDING, SUPPLYING, LOWERING, LAYING AND JOINTING OF DI PIPELINE FOR RISING MAIN AND DISTRIBUTION
NETWORK, SITC OF PUMPING MACHINERIES WORKS, PUMP ROOM, APPROACH ROAD(RCC), STAFF QUARTERS,
COMPOUND WALL, HOUSE CONNECTION, ELECTRIFICATION WORK ETC. INCLUDING OPERATION AND PREVENTIVE
MAINTENANCE FOR 5 YEARS. FOR LIMBDI NAGARPALIKA WATER SUPPLY SCHEME, TAL: - LIMBDI, DIST.: -
SURENDRANAGAR, GUJARAT.”

Sir,

1 Having examined the details given in the invitation to Bidder for qualification and brief note, the
condition of contract, Specification, Drawings and bill of quantities and Nos. ……… for the execution
of above-named work, we the undersigned, offer to execute and complete such works and remedy
any defects therein in conformity with the conditions of contract, Specifications, Drawings, Bill of
Quantities and quoted amount in accordance with the said conditions.
2 We hereby certify that all the statements made and information supplied in the enclosed forms and
accompanying statements are true and correct.
3 We have furnished all information and details necessary for qualification and have no further
pertinent information to supply.
4 We submit the certified solvency certificate of Rs.______ Crores and authorize the Board to
approach the Bank issuing the solvency certificate to verify the correctness thereof. We also
authorize, Board to approach individuals, employers, firms and Corporation to verify our
competency and general reputation.
5 We hereby apply for qualification for (BID DOCUMENTS FOR " “WORKING SURVEY, SOIL
INVESTIGATION, DESIGN, BUILT AND OPERATE(WITH 3 MONTHS OF TRIAL
RUN) FOR CONSTRUCTION OF UG CLEAR WATER SUMP, ELEVATED
SERVICE RESERVOIR, PROVIDING, SUPPLYING, LOWERING, LAYING AND
JOINTING OF DI PIPELINE FOR RISING MAIN AND DISTRIBUTION NETWORK,
SITC OF PUMPING MACHINERIES WORKS, PUMP ROOM, APPROACH
ROAD(RCC), STAFF QUARTERS , COMPOUND WALL,HOUSE CONNECTION ,
ELECTRIFICATION WORK ETC. INCLUDING OPERATION AND PREVENTIVE
MAINTENANCE FOR 5 YEARS. FOR LIMBDI NAGARPALIKA WATER SUPPLY
SCHEME, TAL:- LIMBDI, DIST.:-SURENDRANAGAR, GUJARAT.”
6 We undertake, if our Tender is accepted, to commence the works immediately after the receipt of
the Engineer’s notice to commence, and to complete the whole of the works comprised in the
contract within the time stated in the Appendix to tender.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

7 We agree to abide by this Tender for the period of 180 days from the last date fixed for receiving the
same and it shall remain binding upon us and may be accepted at any time before the expiration of
that period.
8 We enclose here with fixed Deposit receipt / Deposit at call receipt / cross demand draft / Bank
Guarantee amounting ___(as per tender Notice ) Towards Earnest Money Deposit which is to be
absolutely forfeited by Board should we not Deposit the amount of Security Deposit specified in the
Clause 1, General Conditions of Contract, Volume-IB
9 We enclose………. DD in favor of Field officer’s designation & office name (as applicable) amounting
to Rs._______ towards tender fees.
10 Unless and until a formal Agreement is prepared and executed this Tender, together with your
written acceptance thereof, shall constitute a binding contract between us.
11 We also submit a general description on the approach to the construction methods, technologies
proposed etc. and the detailed Work Plan proposed for execution.
12 We submit the following certificates in support of our suitability, technical know-how and capability
for having successfully completed the following works.
Sr. No. Works Client / owner

13 We hereby confirm that there are no deviations to the terms & conditions of the contract and we
are liable for execution of this contract in accordance with the stipulated conditions of the contract.
14 We understand that you are not bound to accept the lowest or any tender you may Receive. Dated
this ______________ day of_________________(Year) Signature _____________________in the
capacity of ___________________ Duly authorized to sign tender for and on behalf
of______________________________
15 We are enclosing herewith ‘‘Form H’
16 Irrespective of whatsoever has been stated to the contrary anywhere else in our offer no technical
deviations have been taken and the entire work shall be performed as per your specifications and
Tender documents.

Signature of Applicant.

(NAME IN BLOCK CAPITALS)

Address ____________________________________________________________________

Seal of Applicant
Date of Submission
Witness __________________________________________________________
Address _________________________________________________________

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Occupation ______________________________________________

Enclosures:

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM - 1

DETAILS OF ORGANIZATION STRUCTURE OF THE BIDDER

1. Name of Bidder
2. Nationality of Bidder
3. Office address
Telegraphic Address
Telephone Number
Fax Number
E-mail address.
4. Year of Establishment
5. Location of Establishment
6 Bid is submitted as
a) An individual
b) A proprietary firm
c) A firm in partnership
d) A limited Company or Corporation
e) A Group of Firms / Joint Venture (if applicant is of
category “f” give complete information in respect of each
other).
f) A Group of Companies
7. Attach the Organization chart showing the structure of the
organization including the names of the Directors and
Position of officers
8. Number of years of experience
a) as a prime contractor (Contractor shouldering main
responsibility)
i) in own country
ii) other countries (Specify countries)
b) in a joint venture
i) in own country
ii) other countries (Specify countries)
9. For how many years has your organization been in
business of Civil Engineering works under its present
name? What were your fields when your organization was
established?
Whether any new fields have been added in your
organization? and if so, when?

10 Whether you were required to suspend construction for a


period of more than six months continuously after the
work was started? If so, give the name of project and
reasons thereof.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

11 Have you ever left the work awarded to you incomplete?


(If so, give name of project and reasons for not completing
work)
12 In how many of your projects penalties were imposed for
delays? (Please give details)

13 In which fields of civil engineering construction do you


claim specialization and interest?

14 Give details of experience in water supply & sewerage


projects, pipe laying works, installation of large capacity of
pumps etc. with modern technology and quality control.

15 Give details of experience for construction of large water


supply and sewerage projects.

16 Give details of experience in using heavy earth moving


machinery, machineries for pipe laying and installation of
pumping machinery
17 Give details of testing laboratory, if any.

18 In how many of your works cases of litigations have arisen?

19 If the applicant intends to enter into a Joint Venture for the N/A
project, please give the following information otherwise
state.

Note: In case of joint venture the above form shall be filled by the JV members separately.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM – 2
DETAILS OF PERSONNEL

Give details of key Technical and Administrative Personnel who could be assigned the work in the following
Proforma.

Details of the Board of Directors


1)
A) Name of the Director Address Organization
of the Board of Director
B) Key Technical and administrative Personnel
and Consultants Individual's Name
Professional Qualification Present position
in the firm Professional experience and
2)
details of works carried out No. of years
worked with the bidder.
Languages known
Additional information
(C) Key Technical, Administrative Personnel
Sr. Professional
Key Personnel Nos. Qualification
No. Experience
1. Project Manager
2. Process Engineer
3. Civil Engineer
4. Mechanical Engineer
5. Electrical Engineer
6. Instrumentation Engineer
7. Construction Engineers
8. Supervisors
9. Technical Assistant
(D) Skilled and other labor
(indicate number category
wise)
1) Skilled labor
2) Other labor
Note:
• In case of joint venture the above form shall be filled by the JV members separately

SIGNATURE OF BIDDER

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM – 3
DETAILS OF MACHINERY EQUIPMENTS AND WORK PLAN

Plant & Equipment’s Owned & Proposed for the Project

Name of Applicant or partner of a joint venture:

The Applicant will provide adequate information to demonstrate clearly that it has the capability to meet

the requirements for each and all items of equipment listed in the Employers requirements. A separate

Form-3 will be prepared for each item of equipment proposed by the Applicant. For each item of

equipment, the applicant should attach a copy of ownership certificate or lease agreement.

Name of Equipment
Equipment 1. Name of manufacturer 2. Model and power rating
information
3. Capacity 4. Year of manufacture
Current 5. Current location
status
6. Details of current commitments
Source 7. Indicate source of the equipment
Owned Rented Leased Specially manufactured

Omit the following information for equipment owned by the J/V partner.

Owner 8. Name of owner


9. Address of owner
Telephone Contact name and title
Facsimile Telex
Agreements Details of rental / lease / manufacture agreements specific to the Project
Note: In case of joint venture the above form shall be filled by the JV members separately

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM - 4

INFORMATION RELATING TO FINANCIAL CRITERIA

Name of Applicant or partner of a joint venture:

All individual firms and all partners of a joint venture are requested to complete the information in this form. The
information supplied should be the annual turnover of the Applicant (or each member of a joint venture), in terms of
the amounts billed to clients for each year for work in progress or completed.

Use a separate sheet for each partner of a joint venture.

Applicants should not enclose testimonials, certificates, and publicity material with their applications; they will not be
taken into account in the evaluation of qualifications.
Annual turnover data for the last three financial years i.e FY2016-17 to FY2022-23 (Rs. In lacs)
Annual income
Net Annual income
Year Turnover Net cash accrual from other
worth from contracting
sources
[A] Lead partner:
2016-2017
2017-2018
2018-2019
2019-2020
2020-2021
2021-2022
2022-2023
[B] Joint Venture Partner:
2016-2017
2017-2018
2018-2019
2019-2020
2020-2021
2021-2022
2022-2023

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM - 5
FINANCIAL DATA
(Give details separately for each member in case of a joint Venture.)
1) Name of Firm
2) Name of Partner / Director
3) Capital
(a) Authorized
(b) Issued and paid up
4) Furnish Balance sheet and profit and loss
statement with Auditor’s Reports and Income
Tax assessment orders for last Seven (7)
financial years. It should, interlaid include the
following information
i) Working Capital
ii) Foreign Investment
iii) Turnover for the last seven (7) financial year,
the contract receipts for Civil Engineering
works (Furnish reference page number to
balance sheet attached)
CONTRACT RECEIPT FOR CIVIL ENGINEERING WORKS IN THE LAST SEVEN
4 (a)
(7) FINANCIAL YEAR
Turnover
Sr. Reference page No. to balance
Year (Engineering Works)
No. sheet or other documents
(Rs in Crores)
a 2016-2017
b 2017-2018
c 2018-2019
d 2019-2020
e 2020-2021
f 2021-2022
g 2022-2023
Maximum gross income from contract works
h (Civil Engineering Works) during last seven (7)
financial year
4 (b) GROSS INCOME IN THE LAST SEVEN (7) FINANCIAL YEAR

Sr. Year Gross Income Reference page No. to balance


No. (Rs in Crores) sheet or other documents
a 2016-2017
b 2017-2018

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

c 2018-2019
d 2019-2020
e 2020-2021
f 2021-2022
g 2022-2023
5. What is the maximum cost of the project that
has been handled? (Please give details)
Have you ever been denied tendering facilities
by any Government GUDC / GWIL /GWSSB/
6. Government Undertaking Organisations / Public
sector under taking etc.? (If Yes, Please give
details)

7. List your sources of finance

8. Amount of financial soundness certified by Bank.


(Attach copy of certificate)

9. Name and address of Bank from whom


reference can be obtained

10.. Have you ever been declared


bankrupt/insolvent? (If yes, please give details)

Note: i) Firms owned by individuals, and partnerships, may submit their balance sheets certified by
a registered accountant, and supported by copies of tax returns. Attach Certificate(s) issued by
any Bank or Financial Institution for available credit to the Lead partner and joint venture
partner.

ii) The above-mentioned statement shall be signed and certified by the Chartered Accountant.

iii) The turnover mentioned at Sr. No. 4(a), ‘h’ in the above statement shall be considered for
the value of “A” as indicated in the qualifying requirement of “Available Bid Capacity” vide
Volume-I, Section-III, Clause no. 4.1.3.

iv) The turnover figure shall be considered only for the contract receipt of civil engineering
works for which the Chartered Accountant certificate shall be attached.
v) In case of joint venture, the above form shall be filled by the JV members separately.

SIGNATURE OF BIDDER

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM-6

List of works already completed by the bidder during last 7 financial years i.e. From FY2016-17 to
FY2023-23 & up to one month prior to last date of submission of the bid in the following Proforma.
(Separate form for each work)

Time
Tendere Origin taken in Reason
Place Cost on Date Extende Actual
Sr. Nam d al time month for delay
/ completio of d time date of Remark
No e of amount limit in to in
Dist./ n Rs. In startin limit in completio s
. work Rs. In month complet completio
State lac g months n
Lac s e the n
work
1. 2. 2a. 3. 4 5a 5b. 5c. 5d. 5e 6 7

Note: Necessary completion certificate showing the year wise breakup of amount of work done from
concerned officers shall be attached with the tender.

• In case of joint venture, the above form shall be filled by the JV members separately.

Date: Signature of the Bidder.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM-7

DETAILS OF WORKS ON HAND WITH BIDDER

Work performance and Value of the existing commitments (Work on Hand) as on the date of bid submission
for works (complete or partial) to be completed in the next ............ years (Project Duration In Years) (As

Mentioned in Tender Notice Sr no 7) (In separate form for each work)


The bidder should submit the abstract of details submitted on Form-7 on ₹ 300/- non judicial stamp paper duly
notarized.

(Give details separately for each member in case of a joint Venture.)

Name of Work
1)

Agreement No. & Date


2)

Country and Location


3)

Client’s Name and Address


4)

Tendered Cost of work (Rs. in Lacs)


5)

Brief description of works including principal


6)
features and quantity of main items.
Details of work on hand
7)
i) Date of Starting
ii) Percentage of Physical completion
iii) Amount billed for the work completed
iv) Cost of work remaining to be executed
v) Stipulated date of completion
vi) Anticipated date of completion.
Name of Applicant’s Engineer-in- Charge with
8)
Professional Qualification.
Explain for non-completion of work within
9)
stipulated time limit if so.
Whether any Penalties / Fine / Stop notice /
10)
Compensation/ Liquidated Damages imposed?
(Yes or No), (If Yes, give amount and explanation)

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Details of Litigation / Arbitration cases, if any


11)
pertaining to ongoing works.
Attach Client’s certificate for the details furnished
12)
in the Form-3A/ Form-11 (Not below the rank of
Executive Engineer or equivalent).

Note: 1) Necessary certificates showing the year wise breakup of amount of work done from the officer
concerned shall be attached with the tender.
2) In case of joint venture the above form shall be filled by the JV members separately.

SIGNATURE OF BIDDER

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM – 8

DETAILS OF EXPERIENCE OF COMPLETED WORKS (SIMILAR NATURE)

Give details of the similar type of work completed during last seven (7) financial years from
i.e. FY2016-17 to FY2022-23 and up to one month prior to last date of submission of the bid
in the following Proforma. (Separate form for each work)

(Give details separately for each member in case of a joint Venture.)

1) Name of Work

2) Agreement No. & Date

3) Country and location

4) Client’s Name and Address

5) Total Tendered cost of work (Rs. in Lac)

6) Cost of completed work

7) Brief description of works including principal


features and quantity of main items.

8) Annual achievement

(duly supported by certificate from Engineer- In -


Charge)

a) Of key quantities, total physical output of last


seven (7) financial year (Separately for each
item) (For EPC contract for Water Supply
Projects or Drainage/ Sewerage Projects )
b) Financial Output in Rupees (Cost of Work)
(Including cost of materials supplied by the
client)
9) Period of completion

(a) Originally stipulated time limit.


(b) Date of starting
(c) Stipulated date of completion
(d) Extended time limit

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

if any, Actual time taken to complete the work.


Reasons for non-completion of work in
stipulated time limit / extended time limit if so.

(e) Actual Cost of Work Done


Name of applicant’s Engineer - in -charge of the
10)
work and his educational qualification

Were there any Penalties/ Fines / Stop notice /


11)
Compensation / Liquidated Damage imposed? (Yes
or No. If yes, give case wise details)
Give the details of Annual Financial Performance and
12)
your experience in execution in mobilizing Lift
Irrigation, Pipeline Project
Details of Litigation / Arbitration cases, if any
13)
pertaining to work completed.
Attach Client’s certificate in Form-3A (Not below the
14)
rank of Executive Engineer or equivalent)
Note:
In case of joint venture, the above form shall be filled by the JV members separately.
The Bidder should furnish the information about financial capability (similar nature of work) in Form-8 (To
satisfy Financial Criteria 4.1.2). Bidders are required to substantiate the information by submission of
appropriate client certificates (Form-11).

SIGNATURE OF BIDDER

(*) If the information is hidden or misleading by the bidder, he shall be disqualified for the Tender and
debarred for three financial years.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM - 9

ADDITIONAL INFORMATION AND LITIGATION HISTORY / DEBARMENT / BLACKLISTING

Name of Bidder:

1. PLEASE DESCRIBE:

Company’s history of litigation or arbitration / Debarment / Blacklisting from contract executed in


the last ten years or currently under execution. Please indicate for each case the year, name of
employer, cause, matter in dispute, disputed amount, and whether the award was for or against the
company.

2. Please add any further information that you consider to be relevant to the evaluation of your
application. If you wish to attach other documents, please list below:

Note: In case of joint venture the above form shall be filled by the JV members separately.

SIGNATURE OF BIDDER

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM – 10

INFORMATION FOR TENDERS SUBMITTED BUT NOT AWARDED

a) Please add any further information which the applicant considers relevant in
regard to his capabilities.
b) Please give a brief note indicating by applicant considers himself eligible for
qualification for the work.
c) List of works for which tender have already submitted to the client but not
awarded

Estimated
Date of Likely Position
Sr. Name of amount Name of
Submission date of with ref. to
No Work (In Crores Client
of Offer award lowest bid.
Rs.)

Note: Giving additional information as per (a) and (b) shall not automatically lead to
prequalification.

In case of joint venture the above form shall be filled by the JV members separately.

SIGNATURE OF BIDDER

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM – 11
CERTIFICATE FOR EXPERIENCE OF WORK

This is to Certify that M/s______________________________________ was awarded the work of


_________ (Agreement / contract No. & Year ____). As individual / in a Joint Venture with
_________________________________ other details of the work are as under.

1(a) Name of Joint Venture (If applicable)


1(b) -Office address. -Name of state -Telegraphic address -
Telephone number with STD code -Fax number. -E-mail
address.
2) Percentage of share of the agency as per Joint Venture
agreement (If applicable)
3) Tendered amount Rs. in Lac.
4) Actual cost of work completed, including price escalation

5) Time Limit in months


6) (A) Actual date of starting.
(B) Stipulated date of completion
7) Actual / expected date of completion
8) Whether any fine imposed for not carrying the work as per
stipulated time Schedule? (If Yes please give details)
9) Execution of pipeline work, type of pipe, diameter in mm
& length in km.
10) Execution of pumping machinery in KW (excluding
standby)
11) Execution of Elevated storage with capacity and ground
storage with capacity in million liters
12 Execution of intake arrangement, head regulators and
other similar structures, capacity in MLD (If Applicable)
13 Execution of treatment plant, type and capacity in MLD (If
Applicable)
Note:
1. The agency has carried out the work timely/ late and satisfactorily/ unsatisfactorily.
2. Details of quantities of main items of similar nature of work shall be given in the respective

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

column.
3. In case of joint venture, the above form shall be filled by the JV members separately.
4. This form 11 shall be read in conjunction with Form 16, if Technology Provider is not a
bidder or a member of JV, then for the experience of Technology provider, this form shall be
filled by him separately. In that case Technology provider need not fill column 1(a),1(b),2,
and 12.

SIGNATURE OF ACCOUNTANT SIGNATURE OF ENGINEER-IN-CHARGE


NAME AND SEAL OF ENGINEER-IN-
NAME OF ACCOUNTANT
CHARGE
DATE: DATE:
PLACE: PLACE:

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM - 12 (If Applicable)

JOINT VENTURE DATA

A copy of the joint venture agreement must be attached to Form-4. In case the joint venture agreement is not

acceptable, the joint venture may be requested to modify the agreement accordingly. Failure to submit a modified

Joint venture agreement within twenty-one days upon receipt by the applicant of the request for modification will

disqualify the applicant for further consideration.

Names of the joint venture as mentioned in JV agreement: ......................................


Name of Contact Financial Stake
Correspondence
Partners Name of Firm Person with in JV
Address
Telephone Number (In Percentage)

Lead Partner

Partner

Note: The above form shall be supported with Joint Venture Agreement as per proforma mentioned in Form-22

SIGNATURE OF BIDDER

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM - 13
PERSONNEL / STAFF PROPOSED FOR THE PROJECT

Name of Applicant or partner of a joint venture

For specific positions essential to contract implementation, applicants should provide the names of at least

two candidates qualified to meet the specified requirements stated for each position. The data on their

experience should be supplied in separate sheets using one Form-14 for each candidate.

1. Title of position: Project Manager

Name of prime candidate:

Name of alternate candidate:

2. Title of position: Water Supply Engineer

Name of prime candidate

Name of alternate candidate

3. Title of position: Electro Mechanical Engineer

Name of prime candidate

Name of alternate candidate

4. Title of position: Site Engineer and Technical Assistant (Diploma/ITI) Engineer

Name of prime candidate

Name of alternate candidate

Attach Manning (Personnel) Schedule stating each personnel’s roles and responsibility for work to be
carried out for the project.
Note:-
(i) If sufficient staff does not exist at the time of bidding, an undertaking for employing the
necessary staff shall be given by the Bidder
(ii) Successful Bidder shall deploy minimum key Personnel’s mentioned above during
execution of work at site

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM - 14
CURRICULUM VITAE OF PROJECT MANAGER & ALL KEY TECHNICAL PERSONNEL’s

Name of Applicant or partner of a joint venture

Proposed Position: Candidate


 Prime  Alternate
Candidate 1. Name of candidate 2. Date of birth
information
3. Professional qualifications:

Present 4. Name of employer


employment
Address of employer:
Telephone: Contact (manager / personnel officer):

Facsimile: Telex:

Job title of candidate: Years with present employer:

Summarize professional experience over the last ___ years, in reverse chronological order. Indicate

particular technical and managerial experience relevant to this Project.

From To Company / Project / Position / Description of relevant technical &


managerial project specific experience

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM - 15

PROPOSED SITE ORGANIZATION & MANAGEMENT

Name of Applicant or partner of a joint venture

A. Preliminary Site Organization Chart at HO level & at field level:

B. Narrative Description of Site Organization & Project Management Chart

C. Description of Relationship between Head Office and Site Management1

D. Description of Approach & Methodology to carried out work of this project.

Note: Indicate clearly which responsibility and what authority will be delegated to site
management.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM – 16

DETAILS OF EXPERIENCE FOR PHYSICAL QUALIFICATION CRITERIA


Cost of
Work
Name of work in Qty in Executed
Sr.No completed/ Particulars of item Unit
work Rs. tender Quantity
in progress
Lakhs
Metallic Pipeline
Storage sump
-
Pumping Machinery
(In Kw)
Elevated Storage Reservoir:
ESR
Operation and Maintenance

Note: a)In case the bidder has executed the works mentioned above in Joint Venture, he shall mention
their financial stake in the works executed. The client certificate along with copy of joint venture
agreement mentioning the JV stake shall also be attached.
b)For each experience criteria Form-11/Form-3A shall be submitted by the contractor duly signed by
the employer not below the rank of Executive Engineer or equivalent.
c)The Bidder should furnish the information about Physical capability (to satisfy Physical Criteria) in
Form-16. Bidders are required to substantiate the information by submission of appropriate client
certificates as mentioned at Sr. No. (b) above.

SIGNATURE OF BIDDER

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM – 17

Approach and Methodology with Conceptual Design and Supporting Calculations of the System

Bidder may submit their work plan, details methodology with Conceptual Design and Supporting
Calculations of the System to be adopted for this work.

SIGNATURE OF THE BIDDER

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM-18
PROFORMA FOR LETTER OF UNDERTAKING (FORM-H)

(TO BE EXECUTED ON NON-JUDICIAL STAMP PAPER OF Rs. 300/- AND SUBMITTED BYTHE TENDERER
ALONGWITH HIS TENDER IN A SEPARATE COVER)

To,
The Vice President (P)
Gujarat Urban Development Company
Gandhinagar

Dear Sir,

i. I/We hereby declare that I/We have visited the site and fully acquainted myself / ourselves with local
situations regarding materials, labour and other factors pertaining to the work before submitting this
tender.

ii. I/We hereby declare that I/We have read the Tender Documents published on website
https://tender.nprocure.com and accordingly submitted online price Bid for the work of --------------------
-----------------------------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------

iii. I/We hereby declare that I/We have carefully studied the conditions of contract and specifications and
other documents of this work and agree to execute the same accordingly.

iv. I/We hereby declare that my/our near relatives are not working in in this GUDC/GUDC or in its GUDC as
an Engineer of any category, Divisional Accountant, Store Keeper as on today.

v. I/we hereby declare that I/we are not declared ineligibility for corrupt or fraudulent practices issued by
the central/state govt. In accordance with Sub Clause No. 41 Corrupt or Fraudulent Practices or not in
the list of blacklisted contractors announced by GWSSB/ GWIL / Govt of Gujarat or its Public Sector
Undertakings, Government of India, Other states Government or Public Sector Units.

vi. I/ We hereby submit our tender and undertake to keep our tender valid for a period of 180 days from
the date of opening of tenders i.e. up-to ----------------. I/We shall not vary/ alter or revoke my/ our
tender during the validity period of tender. This undertaking is in consideration of Gujarat Urban
Development Company agreeing to open my/ our tender, consider and evaluate the same for the
purpose of award in terms of provisions of tender documents. Should this tender be accepted, I/ We

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

also agree to abide by fulfill and comply with all the terms and conditions and provisions of the above-
mentioned tender documents.

vii. I/We also declare that the bid duly filled in online and digitally singed and the required Earnest Money
Deposit, Tender Fee and other required documents (scanned copy submitted online) will be handed
over in physical form to the .................................... by RPAD/Speed Post/ Hand Delivery only.

If this declaration is found to be incorrect then without prejudice to any other action that may be taken
I/we shall be debarred from bidding in Gujarat Urban Development Company tender for three years and
my/our security deposit may be forfeited by Gujarat Urban Development Company in full & the tender, if
any, to the extent accepted, may be cancelled.

Signature along with seal of the Company

---------------------------------------------------
(Duly authorised to sign the tender on behalf of the Bidder)

Name:

Designation:

Name of Company (BLOCK LETTERS)

WITNESS :

Signature : Date :

Date : Postal Address :

Name & Address : Telephone/Fax No.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Form-19
FORM OF BANK GUARANTEE
(Earnest Money Deposit)

Whereas M/s ........................................................................ ( herein after called the Tenderer) is desirous


and prepared to tender for work in accordance with Terms & Conditions of Tender Notice of (financial year)
dated ............................... and whereas We, ...................................................... Bank; agree to give the
Tenderer a guarantee for the Earnest Money Deposit.

1. Therefore, we hereby affirm that we are Guarantors on behalf of the Tenderer upto a total of
Rupees ...................................................( i.e. Rs..........................................................) and we
undertake to pay the GUDC , Gandhinagar ................................................ upon his first written
demand and without demur, without delay and without necessity of previous notice of individual or
administrative procedure and without necessity to prove the bank the defects or shortcomings or
debit of the contractor any sum within the limit of Rupees....................................................
2. We further agree that the guarantee here in contained shall remain in full force and effective during
the period that would be taken for the acceptance of the tender. However, unless a demand or
claim under this guarantee is made only in writing on or before the
............................................................... We shall be discharged from all liabilities under the
guarantee thereafter.
3. We undertake not to revoke the guarantee during its currency except with the previous consent of
the Executive Engineer, ................................................. in writing.
4. We lastly undertake not to remove the guarantee for any change in constitution of the Tenderer or
the Bank.

Signature and Seal of the Guarantor


Bank:

Address:

Date:

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Form-20 (Form-3A)

WORK WISE DETAILS OF WORK COMPLETED/ IN PROGRESS BY THE CONTRACTOR

1. Name of Contractor :
2. Name of Work :

3. Estimated Cost Of Work Put To Tender :

4. Tendered Amount :

5. Date of starting of the work :

6. Date of completion of the work :


(As per contract agreement)

7. Actual Date of Completion of Work :


8. Amount of work done upto :
9. Brief history of the work :
Sr.
Particular Unit Qty.
No.

State whether details as above given by


the contractor correct, if not as to what
10 :
is the correct information.

State whether the contractor has


executed the work in progress
11 satisfactory as per specification/ has :
completed the work, satisfaction, if any
give the correct position of the work.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Form-21

PERFORMANCE GUARANTEE

(See clause No. 1)

(The date of this bond must not be prior to the date of the instrument in connection with which it is
given)____________________________________

Principal (Contractor) _______________________________________________

Surety (Nationalized Bank) ________________________________

Sum of bond (express in words and figures) ______________________________

Contract No. and date of contract ______________________________________

KNOW ALL MEN BYTHESE PRESENTS THAT WE, THE PRINCIPALS AND SURETY above named are held and
firmly bound upto the__________________ hereinafter called the Employer in the amount stated for
payment of which’ sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators
and successors jointly and severally, firmly by these presents subject to the provisions of which the
aforesaid Contractor on demand and without demand on a claim being made by the Employer.

THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the principals have entered in to a contract
with the Employer numbered and ‘dates as shown above and hereto attached for the execution of
work____________________________________________________________________________________
____________.

NOWTHEREFORE, if the Principal shall well and truly perform and fulfil all the undertakings, covenants,
terms, conditions and agreements of said contact during the original terms of the said Contract and any
extensions thereof that may be granted by the Employer with or without notice to the surety and during the
life or any guarantee required under the contract and shall also well and truly perform and fulfil all the
Undertakings, covenants, terms, conditions and agreements of any all duty and unduly authorized
modifications of said Contract that may hereafter be made, notice of which modifications to the surety
being hereby waived or shall pay over, make good and reimburse to the Employer all loss and damages
which the employer may sustain by reason of failure or default on the part of said Principal so to do.

We_____________________________________________ further agree that the guarantee herein


Contained shall remain in full force and effect during the period that would be taken for the validity of the
said Contract, and that it shall continue to be enforceable till all the dues of the employer under or by virtue
of the Contract have been fully paid and its claims satisfied or discharged or till the Employer certifies that
the terms and conditions of the Contract have been fully and properly carried out by the said Contractor

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

and accordingly discharges the guarantee. Failing which Employer is at liberty to forfeit the performance
Security and recover the amount by way of invocation/encasement. Unless a demand or claim under this
guarantee is made on us in writing on or before the ___________________________________ we shall be
discharged from all liability under this guarantee thereafter.

IN WITNESS WHERE OF, the above bounded parties have executed this instrument under their several seals
on the date indicated above the name and corporate seal, of each corporate partly being hereto affixed and
these presents duly signed by is undersigned representatives, pursuant to authority of its governing body.
In the presence of witness individual

Principal

1. ________________________as to ___________________________ (seal)

2. ________________________as to ___________________________ (seal)

3. ________________________as to ___________________________ (seal)

4. ________________________as to ___________________________ (seal)

By _____________________ affix Corporate Seal

Attested Corporate Surety

Business address

Affix by ______________________________ Corporate Seal

Title _________________________________________________________

For and on behalf of the Employer

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Form-22 (If Applicable)


JOINT VENTURE AGREEMENT

(To be notarized on ₹300/- non judicial stamp paper)

(1) The Joint Venture agreement made and entered into at ________________(place) on ____________day of
__________ (YEAR) by and between.

a. Firm A (Name with address of the registered office)


b. Firm B (Name with address of the registered office)

(2) Definitions: In this deed the following words and expressions shall have the meaning set out below.
a. "The Employer" shall mean GUDC.
b. "The Works" shall mean __________________________________________________
___________________(Name of work) which is more particularly described in the pre-qualification and
tender documents issued thereof by the Employer.
c. "The Tender" shall mean the Tender to be submitted by Joint Venture to the Employer for the work /works.
d. "The Contract" shall mean the contract entered /to be entered into between the Joint Venture and the
Employer for the works.
(3) Joint Venture (J.V):
The Parties hereto declare that they have agreed to form a Joint Venture for the purpose of submitting the
pre-qualification Application/ tender document initially and then tender and if successful for the execution
of the works as an integrated Joint Venture. The parties are not under this agreement entering into any
permanent partnership of Joint Venture to tender or undertake any contract other than the subject works.
Nothing herein contained shall be considered to constitute the parties of partners to constitute either Party
the agent of the other.
(4) Witnesses: Whereas Gujarat Urban Development Company as GUDC. Employer has invited tenders from
intending bidders and the Board has permitted a group of firms (not exceeding three) forming a Joint Venture
to eligible to be a bidder. And whereas______________________________party of the first part and
__________________________party of the Second part/third part(if applicable) are desirous to enter into a
Joint Venture in the nature of partnership engaged in the joint undertaking for the specific purpose of
execution of the work of constructing _________________________________________and whereas Parties
of the first and Second part /third part(if applicable) reached understanding to submit pre-qualified/ tender, if
pre-qualification, and to execute the contract if awarded;

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

This agreement witness as follows.

(a) The parties do not enter into an agreement of any permanent partnership of Joint Venture to tender or
undertake any Contract other than the specified above;
(b) That the operation of this Joint Venture firm concerns and is confined to the work of ___________of Board
(c) The name of the Joint Venture firm for convenience and continuity shall be
(d) The Address of Joint Venture for communication shall be as under.
(e) The Joint Venture shall jointly submit pre-qualification application on the above name according to all terms
and conditions stated in the relevant instructions contained in the bid documents.
(f) That this Joint Venture shall regulate the relations between the parties thereto and shall include without
being limited to them the following conditions.
(1) _____________________ firm shall be the lead company in charge of the Joint Venture for all intents and
purpose.
(2) In case the said work is awarded to the Joint Venture, the partners of the Joint Venture will nominate a
person with duly notarized power of Attorney on stamp paper, who will represent the Joint Venture with the
authority to incur liabilities, receive instructions and payments, sign and execute the contract for an on behalf
of the Joint Venture,
(i) All the (Maximum Three) parties agree to make financial participation and to place at disposal of Joint
Venture the benefits of its individual experience, technical knowledge, skill and shall in all respect bear its
share as regards planning and execution of the work and responsibilities including the provision of
information, advice and other assistance required in the Joint Venture and participation shall be in proportion
of, Firm –A...................% and Firm - B.....................%
(ii) All rights, interests, liabilities, obligations work experience and risks (and all net profits or net losses) arising
out of the contract shall be borne by the parties in proportion to their shares. Each of the parties shall furnish
its proportionate share in any bonds, guarantees, sureties required for the works as well as its proportionate
share in connection with the works. The share and participation of the two/three partners in working capital
and other financial requirements shall be in ratio as mentioned above.
(5) Internal responsibilities and liabilities:
(a) The division of individual scope of work may be worked out mutually by the parties but the party shall be
jointly and severally liable to the employer for the whole work.
(b) The parties specifically undertake to carry out their separate works in full compliance with the contract with
the employer. Each party shall be responsible jointly and severally for consequences if any arising out of
defective or delayed execution of works which falls within the individual’s party's area of responsibility and/
or it has been caused due to acts and /or Company of the concerned party.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

(c) The parties jointly and severally agree to replace modify or repair any defect in their respective portions of
works in accordance with the terms and condition of the contract with the employer.
(d) The parties jointly and severally shall indemnify and hold harmless to each other against any claim made by
the employer or any other third party for injury, damage, loss or expenses is attributed to the breach /non-
performance of his responsibilities by the indemnifying party in accordance with the agreements and /or
contract with the employer.
(e) None of parties have joined in any other Joint Venture for the said works.
(6) Responsibilities and liabilities of Joint Venture towards the employer:
(1) Parties hereto shall be jointly and severally liable and responsible for the acts, deeds and things done or
omitted to be done in respect of the execution of the contract and for any financial liability arising there from.
(2) Parties hereto shall be jointly and severally responsible to the Employer for the execution of the works in
accordance with the contract conditions;
(3) Parties hereto shall be jointly and severally indemnifying to the Employer against any claim made against the
employer or any other third party for any injury, damage or loss which may be attributed to the breach of the
obligations under the contract pursuant to the contract.
(7) Site management:
(a) The execution of the work on the site will be managed by a Project Manager appointed by the Joint Venture
and who will report to the ____________(J.V.) the project manager shall be authorized to represent the Joint
Venture on site in respect of matters arising under the contract.
(b) The ________________ (Name of the J.V.) shall be jointly and severally liable to the employer for the
execution of the contract commitment in respect of the works in accordance with contract conditions.
(8) Termination of the Agreement:
This agreement shall be terminated in the following circumstances.
(a) The employer awards the contract for the work to the other Bidder.
(b) The employer cancels the work to award the contract.
(c) On completion of the defect liability period as stipulated in the contract agreement of the works and all the
liabilities thereof are liquidated.
(9) No partner has right to assign any benefits, obligation of liability under the agreement to any third party
without prior written consent of the other partner as well as Board
(10) Financial matter:
(a) Bank Account in the name of the Joint Venture will be opened with any scheduled or nationalized Bank to be
operated by an individual signatory as decided mutually by the Joint Venture partners.
(b) All the partners shall be responsible to maintain or cause to maintain proper Books of accounts balance sheet
and profit and loss account as to the state of affairs of the firm as at the end of the financial year and as to

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

the profit and loss made or incurred by the firm for the year ended on that date, respectively shall be
prepared and the same shall subject to audit by a Chartered Accountant.
(c) None of the party shall be entitled to make any borrowing on behalf of the Joint Venture without express
prior written consent of the other party.
(d) Bank guarantee for the application /execution of the work shall be provided jointly from a bank acceptable to
the employer.

(11) Negotiation: Any negotiation of agreement between the parties hereto and the employer subsequent to the
sub-Company of the tender and prior to award, shall take place only with consent of each of the parties who
shall be represented at the such negotiation by one or more representative(s) duly empowered to make such
negotiation or agreement.
(12) Legal jurisdiction: All questions relating to validity interpretation of this agreement shall be governed by the
law of India and shall be subject to jurisdiction of High court at AHMEDABAD.
(13) Settlement of disputes: Any dispute in interpretation of any condition mentioned herein shall be referred to
an arbitrator/tribunal by mutual consent of the partners and such proceedings shall be governed by Gujarat
Public Works contract disputes tribunal act of 1992 and as amended from time to time. The award of
arbitrator shall be final and binding on the party hereto. Neither the obligation of each party here to the
performance of contract nor the execution of work shall stop during the course of arbitration proceeding or
as a result thereof.
(14) Insurance:
(a) The Joint Venture through the parties individually shall take such insurance in connection with the work in
accordance with the tender condition as acceptable to the employer.
(b) The cost of the insurance premium paid by the Joint Venture shall be borne and paid by the parties in
proportion to the respective shares of work. Other insurance taken individually by the parties shall be fully
borne by the respective parties.
(15) No change shall be made in this agreement without prior written consent of the employer and other party.
However, if the employer directs the parties to make changes in the agreement so as to fulfill tender
conditions the parties discuss with employer and mutually agreed such changes required to be made in the
agreement.
(16) Default and withdrawals from the Joint Venture.: In case that either party fails to observe the provision
stipulated in this agreement withdrawal from the Joint Venture, Loss and/or expenses incurred by other party
due to such default and /or withdrawals shall be fully compensated by the party who has defaulted.
(17) All matter relating to or arising due to this agreement shall be treated as confidential and shall not be
disclosed to any other party. In witness whereof the parties have caused their duly authorized

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

representatives to sign below.


Witness:

1 Signed for and on behalf of firm-A


2 Date Seal

Witness:

1 Signed for and on behalf of firm-B


2 Date Seal

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Form-23 (If Applicable)

“Assured Pipe Supply Declaration” (MOU with Manufacturer of DI/MS/RCC/UPVC/ DWC pipe)

In the interest of timely completion of the Project, after discussions and getting assurance from the
manufacturer, the following schedule is proposed in order to meet the milestones and desire target of the
Projects.

Size of Pipe Assured date


of delivery at
Location of
Name of the Diameter Quantity site (zero date
Manufacturing Length
Pipe Supply Firm (In MT) starts from
Unit (In mm)
(In Km) date of work
(FID)
order)

Total number of days for supply of pipe shall be 120 days from the date of work order. We hereby declare
that the supply of pipes for the Project will be ensured by us (within 120 days) as per the above-mentioned
schedule. We are aware, that, in case the above schedule is not met with by us, we shall be liable for paying
the Liquidated damages as prescribed in the tender documents for non-fulfillment of assured supply of
pipes.

Authorised Signatory of the Contractor Authorised Signatory of the Manufacturer.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM - 24 (If Applicable)

MEMORANDUM OF UNDERSTANDING (MOU)

This MEMORANDUM OF UNDERSTANDING hereinafter referred to as MoU made on__ Day


_____________(month and year) at __________ by and between.

(Name and Pipe Manufacturer with address) ________ , represented by ___________________


Authorized Signatory, which expression shall unless repugnant to the subject or context include its
administrators, Successors and assigns.

(Name of Bidder with Address) _______________, represented by___________ (Authorized Signatory),


which expression shall unless repugnant to the subject or context includes its administrator, successor, and
assigns

Hereinafter referred to as “Parties” in the collective sense and each of which is referred to as “______
(Name of Pipe Manufacturer)” & " ______ (Name of Bidder)” in the individual sense.

WHEREAS GUDC (hereinafter referred to as Employer) has invited tender (hereinafter referred to as the
(“project”) for the following work:

Name of Project: __________________________________________________

________________________________________________________________________________________
__________________________________________

WHEREAS if the said project is awarded to “____________________”(Name of Bidder) to execute the said
project and it would also need _________ pipes and we the “_________”(Name of Bidder) hereby enter
into this MoU with "__________(Name of Pipe Manufacturer)____" for timely execution of ________ pipe
line work and supply of pipes as per “Form 23 - Assured pipe Supply Declaration” attached herewith and as
per the tender conditions and further we mutually agree to execute the said project jointly and both the
parties would be jointly and severally responsible for execution of the said projects as per the Bidding
Documents.

IN WITNESS WHEREOF all the parties mentioned herein above have signed this MOU on the day, month and
year first above mentioned.

No change shall be made in this agreement without prior consent of Employer and other party. However, If
the Employer direct the parties to make changes in MOU agreement so as to fulfil the tender condition /
requirement, the parties shall discuss with the employer and shall mutually agree for such changes as may
be required to be made in the agreement.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

In the interest of timely completion of the project, after discussion and getting assurance from manufacture
of ______ pipe, the following schedule for ________ pipe supply is proposed in order to meet the
milestones and desired target of the projects.

Total number of days for supply of pipe shall be ________ days from the date of work order. We hereby
declare that the supply of pipes for the Project will be ensured by us (within ______ days) as per the above-
mentioned schedule. We are aware that, in case the above schedule is not met with by us, we shall be liable
for paying the Liquidated damages as prescribed in the tender documents for non-fulfilment of assured
supply of pipes.

For, (Name of Bidder) For, (Name of Pipe Manufacturer)

Authorised Signatory Authorised Signatory

Encl.: Form 23 - Assured Pipe Supply Declaration

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM- 25

UNDERTAKING FOR MACHINERY

I hereby declare that the machineries shown in Form-3 shall be deployed immediately on award of

contract. This machinery will solely be used for this work only. The above machineries are in my

possession and/ or the owner of the machineries has given the consent to deploy these

machineries for this work. I hereby give undertaking that during execution, if additional or other type

of Machinery is required to be deployed on site (as per instruction of Engineer-in-charge), the same

shall be deployed by hiring or other means to complete each work in time schedule.

The undertaking is being issued in the interest of the work and for timely completion of the project.

Authorized Signatory

Designation

Date:

Note:

The above certificate shall be submitted additionally in line with Form-3.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

FORM- 26

UNDERTAKING FOR MAN POWER

I / We hereby give undertaking that considering the nature of work, we have sufficient experienced

and skilled Key Technical personnel’s and field staff required as per Form-2. The short fall in staff

shall be fully arranged to complete each work in time schedule.

The undertaking is being issued in the interest of the work and for timely completion of the project.

Authorized Signatory

Designation

Date:

Note:

The above certificate shall be submitted additionally in line with Form-2 and Form-14.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Form 27

MODEL TRIPARTITE AGREEMENT


(among ……...(GUDC), (MUNICIPALITY(OWNER)) & ……...(CONTRACTOR))
(To be executed on ₹300/- non judicial stamp paper and duly notarised by the notary public)

NAME OF WORK: ………………………………. (As Mentioned in Tender Notice)

NOTE:

a) This agreement is for "………...”(Name of the Work)


b) It is to be ensured by GUDC that:
Prior to this agreement, Contract between GUDC and CONTRACTOR has been
signed
(c) The Responsibility Matrix may be modified depending upon specific works.

MODEL AGREEMENT

This Tripartite Agreement is entered on ________day of ________20__ among “VP(Projects)….,


………...……………………………... (Address) of Gujarat Urban Development Company Ltd (GUDC)”, a
statutory body an establishment through act No ……… of Government of Gujarat. (hereinafter called the
“GUDC"), (which expression shall unless excluded by or repugnant to the meaning or context thereof be
deemed to include its successors and assigns) of the 'One Part'.

AND

………………….. (name of CONTRACTOR), means individual, proprietary firm, firm in partnership, Limited
Company, Corporation or group of firms forming a joint venture company, is duly organized and validly
existing under the laws of the jurisdiction of its incorporation having its Registered office
at…………………………………………… (hereafter referred to as “CONTRACTOR”) FOR THE REFERRED
PROJECT i.e., Party engaged by GUDC vide Letter of Intent No: ……………………………………………
(herein referred to as the “LOI”). and detailed Work order no. ……………………… (herein referred to as the
“Work Order”) for "…………...” (Name of the Work) incidental thereto as specified in the Scope of Work of
the said Contract dated----(hereinafter referred to as “CONTRACTOR”) (which expression shall unless
excluded by or repugnant to the meaning or context thereof be deemed to include its successors and assigns)
of the 'Second Part'.

AND

…………………………………. (name of MUNICIPALITY(OWNER)) is a local self-government and carries


out all the obligatory functions and discretionary functions entrusted by GUDM and having its office
at……………………………………………., being (hereinafter referred to as
“……………...(MUNICIPALITY(OWNER))” (which expression shall unless excluded by or repugnant to the
meaning or context thereof be deemed to include its successors and assigns) of the "third Part".

“……………(GUDC)”, “………(CONTRACTOR)” and “………………...(MUNICIPALITY(OWNER))” are


individually referred as “Party” and collectively as “Parties”.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

WHEREAS ………. (GUDC), the party of the first part, has entered into a Contract dated………...with the ----
------------------(CONTRACTOR), the second party, for "………...” (Name of the Work) related services
(hereinafter referred to as “Project”) vide its Tender ID No.
……………………………………………………………...

WHEREAS as per the requirements of the project, ………(GUDC) requires these services for successful
implementation of the project. GUDC is the implementing Agency for Project on behalf of Urban
Development department (UDD) as per UDD directive by letter no. ……... dated ……….

WHEREAS …………….(GUDC), in order to service its obligation under the above mentioned Tender to the
full satisfaction of the MUNICIPALITY(OWNER), had proposed “…………………..(CONTRACTOR)” as a
service provider vide their Work Order No. ________dated ______and contract dated_______, now agrees
to associate with ……………..(MUNICIPALITY(OWNER)) for execution of the part of the order, to provide
support services as detailed in Contract , and/or indicated in Article 6 of this agreement to be the
responsibility of parties, related to required services for the Project.

WHEREAS the contract value for execution of"………...” (Name of the Work) and Related Services as
specified in the LOI No………………to …………. (CONTRACTOR) placed by ……. (GUDC), is passed
through to…… …. (MUNICIPALITY(OWNER)) by ......…. (GUDC) with the bid proposal submitted to
….......(GUDC) by ………. (CONTRACTOR), and the Terms & Conditions of …….... (GUDC) with
…..........(MUNICIPALITY(OWNER)), for carrying out "………...” (Name of the Work) and Related Services.

The Work Order no. …………………dated………. issued to…………CONTRACTOR by ……………. GUDC


and Contract dated………...between GUDC AND CONTRACTOR shall form an integral part F of this
Tripartite Agreement.

Parties hereby agree and accept that they shall be responsible and liable to each other for their respective
obligations and the rights under the said Work Order, Contract and shall also be shall be responsible for the
obligation as envisaged under Tender for CONTRACTOR, both in the fulfilment of the said Contract.

WHEREAS by virtue of this agreement, the parties, ..............(CONTRACTOR) and


..............(MUNICIPALITY(OWNER)) hereby agrees and accept to bound themselves to the terms &
conditions that are mentioned in the contract dated ------ between the first two parties i.e. GUDC AND
CONTRACTOR………….

Now these presents witness and it is hereby agreed by and between the parties hereto as follows:

1. APPLICATION:
This Agreement details the general terms and conditions for the provision of the Services to be rendered
for ……(MUNICIPALITY(OWNER)) by ……. (CONTRACTOR) [as per Work Order No. ……. issued by
…. (GUDC)] and Contract dated-------- between GUDC and Contractor. Upon signing the scope, duration
and other services to be so rendered under this Agreement the parties agree to accept and be bound by
these terms and conditions.

2. DEFINITIONS AND INTERPRETATIONS

For the purposes of this Agreement, the following terms shall have the meaning hereinafter respectively
assigned to them:

“Agreement” means this Tripartite Agreement, and amendments if any thereto;

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

“Contract” means the instruction and information to bidder, general and special conditions of contract,
specifications, drawings, schedules of quantities & tender prices, other parts of the Bid Document, the
formal agreement dated ………..entered between ………………...
(GUDC) and …………..(CONTRACTOR) and all addenda and attachments related to the above.

“Contract Value” means the agreed amount stated in the Contract for Designing, Supplying,
Construction, Installation, Testing, & Commissioning including O&M of the works and to remedy of any
defects, and includes adjustments (if any) in accordance with the Contract.

"CONTRACTOR" means the bidder with whom the contract has been made for executing the works.

" Executive Engineer " means the Executive Engineer in overall charge of the works i.e. Engineer In-
Charge.

" Gujarat Urban Development Company Ltd" GUDC or the person named as Employer in the
Tripartite Agreement and the legal successor in title to this person.

"Gujarat Urban Development Mission" GUDM is a government body to support urban renewal and
urban Infrastructure.

" MUNICIPALITY(OWNER)) " or the person named as Owner in the Tripartite Agreement and the legal
successor in title to this person.

“Operation and Maintenance Period” means the time period after the issue of Successful
Commissioning Certificate and continuing for the term of the Agreement.

“Performance Guarantees security” means the List of Guarantees offered / provided by the
Contractor in the form of Unequivocal bank guarantee issued by any shortlisted bank as per “Contract”
and the same shall become refundable as per Clause No. 01 under General Conditions of “Contract”.

“Maintenance and Operation Period”: The period of 05-Years which shall be commenced from next
working day from the date of completion of Project/date of issuance of completion of Project certificate
which may be issued by the competent authority in connection with the ‘PROJECT” concerning the
“MUNICIPALITY” shall be considered as a maintenance and Operation period of 05-Years which shall
commence from the “COMMENCEMENT DATE” and the same shall come to an end on expiry of office
working hours of “ CLOSURE DATE”

“Commencement Date” : The commencement date for the purpose of tripartite agreement shall be the
date of next working day from the date of completion of Project or from the date of issuance of completion
certificate which may be issued by the competent authority for the Project.

“Closure Date”: The closure date shall be the date of completion/ expiration of 05-Years period from the
“Date of Commencement”, so far as the closure date for 05-Years maintenance and operation period is
concerned. The closure date shall be considered a last day up to closure of office hours on completion of
05-Years maintenance and operation period with effect from “Commencement date”

3. PROVISION OF SERVICE:
i. The provision of the Services is subject to these terms and conditions stated in this Agreement.
Whereas ..............(MUNICIPALITY(OWNER)) shall accept the Project ownership from
..............(GUDC) and.….…..(CONTRACTOR) on behalf of …...............(GUDC), within a timeframe,

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

quality, security and reliability level agreed with GUDC)It is the responsibility of CONTRACTOR, for
the work of "………...”(Name of the Work) and submit the performance report to the
......……(MUNICIPALITY(OWNER)) on monthly/as and when required basis;
ii. The …….CONTRACTOR will monitor and report any problems on behalf of ..............(GUDC) to
…......(MUNICIPALITY(OWNER));

iii. The ……..(CONTRACTOR) shall not use the establishments and services installed under this
agreement for any other purpose s other than purpose as mentioned in the work order and the
contract dated …..

iv. The CONTRACTOR has to execute entire Project as per Work Order, agreed schedule (mentioned in
Letter of Intent) and as per Contract dated………….entered between GUDC and CONTRACTOR;

v. During the tenure of 05-Years of Operation & Maintenance, the GUDC shall supervise and maintain
the Project on the same terms and conditions as mentioned in Contract dated………….entered
between GUDC and CONTRACTOR; and

vi. After completion of 05-Years of Operation and maintenance period , the MUNICIPALITY(OWNER)
shall take over entire Project from GUDC. Thereafter MUNICIPALITY(OWNER) shall supervise and
maintain the Project on the same terms and conditions as mentioned in Contract dated………….
entered between GUDC and CONTRACTOR.

1.After competition of of 05-Years period of operation and maintenance i.e. on expiry of the said period on
"Closure date", the second party/ municipality hereby agrees and confirms that the concerned municipality

shall take-over the entire project with effect from the next working day commencing from officer hours from

the closure date, from Gujarat Urban Development Company Ltd and it shall be the sole responsibility

of the concerned municipality i.e. second party to undertake the operation and maintenance work in relation

to the project and after completion of the aforesaid period of 05-Years from the date of commencement of

operation and maintenance period the entire work pertaining to operation and maintenance of the work shall
be undertaken by the concerned municipality through the concerned contractor/ agency and Gujarat

Urban Development Company Ltd shall have no kind of responsibility for any kind of matter concerning
the operation and maintenance work of the project . The Gujarat Urban Development Company Ltd

shall have no responsibility in relation to operation and maintenance work being undertaken by the

concerned municipality and the concerned contractor after the aforesaid closure date, which shall be the

date of completion of 05-Years period from the commencement date. Gujarat Urban Development

Company Ltd shall have no responsibility in relation to the matters concerning maintenance of the project
employment of concerned persons through the agencies / the contractors. The Gujarat Urban

Development Company Ltd shall have no responsibility in connection with the matters concerning

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

appointment of the concerned employees through the municipalities or through the agencies, matters

concerning payment of wages , remunerations to the concerned employees to be employed by the

concerned contractors/ agencies disputes which may arise between the concerned employees of the

contractor/ agencies and the contractor in connection with the terms and conditions of employments which

would include appointments, terminations and transferring the employees under various parts of work of

concerned projects. Gujarat Urban Development Company Ltd shall have no responsibility to get

redressed the grievances of the concerned labourers/ employees of the contractor and Nagarpalika who will

be deployed/ who would be continued for the project work after the expiry of the 05-Years period and
Gujarat Urban Development Company Ltd shall have no responsibility in connection with any kind of
matters concerning the operation and maintenance of the project after the closure date i.e. on completion of

First 05-Years period from the "commencement date" as mentioned in the present agreement.

2.All the general terms and conditions mentioned in Volume-I, section- 1: under heading of "TENDER
NOTICE", all the terms and conditions of volume-II A under heading of "GENERAL CONDITIONS OF

CONTRACTS" shall be considered as a part of the present tripartite agreement and all the terms and

conditions of pertaining to the concerned project shall also be considered as a part of the present tripartite

agreement.

3.After the closure date, if any dispute arises between the concerned Nagarpalika and the concerned
agency/ the contractor in connection with dissatisfactory execution of maintenance and operation work or

non-execution of work or incomplete or defective nature of work, then the Gujarat Urban Development

Company Ltd shall have no responsibility in connection with the same.


4.On expiry of 05-Years period (period of operation and maintenance period, as defined in the definition
clause) i.e. from the next working day of "Closure date" i.e. after expiry of 05-Years period of operation and

maintenance. The operation and maintenance shall be deemed to have been undertaken by the concerned

Nagarpalika and Gujarat Urban Development Company Ltd shall have no kind of responsibility in

respect of any matter or issue concerning operation and maintenance work of the concerned project after

the "Closure date" and , if any issue or problem arises in connection with the concerned project, after expiry

of 05-Years period, even in absence of actual physical takeover of further maintenance and operation work

of the particular project , it shall be the sole responsibility of the concerned Nagarpalika so far as problems

relating to improper maintenance , improper carrying out of work considering the project of concerned

Nagarpalika is concerned and Gujarat Urban Development Company Ltd shall have no responsibility

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

for the same.

5. After the completion/ expiration of 05-Years operation and maintenance period, the concerned
Nagarpalika and the concerned agency / contractor do hereby agree that the responsibility and liability of

maintenance and operation and ancillary works in connection with the project shall be that of the

municipality and that of the concerned agency/ contractor with effect from beginning of office hours of next

working day from the closure date and irrespective undertaking the necessary procedure for handing over

the charge and concerned project to the concerned municipality authorities and / or to the concerned

agency/ contractor, the liability and responsibility of the concerned municipality and concerned contractor/

agency shall be considered as deemed to have taken over the operation and maintenance work concerning
the project and Gujarat Urban Development Company Ltd shall not be responsible for any matter or

any issue which may arise in connection with the concerned project or the pipelines or equipment’s' relation

to the concerned project or problems concerning the completion or non-completion or continuation or non-

continuation of operation and maintenance work of the project.

6.The municipality and the concerned agency / contractor do hereby agree that after expiry of 05-Years
period of operation and maintenance if any dispute arises between the concerned labourers or employees

employed by the concerned municipality and/ or by the concerned agency or the contractor in connection

with the project, the same shall be considered as a matter of dispute between the concerned municipality or

the concerned agency/ contractor and if any kind of dispute arises in this regard in relation to payment of

remuneration, overtime wages, payment/ non-payment of allowances, bonus or any dispute arises in

connection with the project after closure date, in connection with the issuing appointment orders , orders for

allocation of work and duties , orders for relieving the concerned labourers/ employees, matters concerning

the withholding of remuneration of the concerned workers/ employees responsibility to pay compensation to

the concerned employees/ workers if any accident or untoward incident occurs during course of the

operation and maintenance work after closure date and if liability to pay compensation to the concerned

worker or to the legal representatives of the concerned employees arises under any of the legislations, then
the Gujarat Urban Development Company Ltd shall have no responsibility for the same, and; if any

such eventuality arises then, the same shall be the responsibility of the municipality and or the concerned

agency/ contractor.

7.The concerned municipality and the concerned agency of the contractor do hereby agree and accept that

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

the concerned labourers technicians , employees who will be appointed to carry out the maintenance and

operation work in connection with the project, after completion of 05-Years operation and maintenance

period , all such labourers/ employees shall be considered as employees of the municipality and/ or the

employees of the contractor (as the case may be) and the same shall be incorporated in the honours of

appointment/ orders of engagement of concerned employees by the municipality and/ or by the concerned

agency / contractor, i.e. after the closure date.

4. Time of Performance of Project :


The Time of Performance of Project is initially for ……...years from the date of LOI of Project, and if
required, thereafter, shall be extended from time to time by written consent of the parties. The Service
Commencement Date shall be set forth in accordance with the LOI dated……...placed by
..............(GUDC) on ........(CONTRACTOR).

5. TERMINATION OF SERVICE:
The Termination of this Tripartite Agreement and Services shall be as per provisions of Termination
clause No.45 and 46 of Volume IIA during construction, testing, commissioning and trial run period and
Clause no 13 of Volume IIB during Operation and Maintenance period as appearing in Contract
dated………. between ………… (CONTRACTOR) and …………..(GUDC) .

6. RESPONSIBILITIES OF THE PARTIES


The Responsibility Matrix for each party is given in the table below:

Responsibility of Responsibility of Responsibility of


.......(GUDC) ........(CONTRACTOR) ......(MUNICIPALITY(OWNER)

To get statutory To provide "…………."(Name of To provide land to contractor


permission and the work) thereto as specified in for construction as per Project
clearance from the Scope of Work in the requirement;
concerned central/state agreement between …………
or local statutory (CONTRACTOR) and GUDC in
authorities; conformity with the Bidding Will be responsible to get
Documents including clearance from GPCB for
Corrigendum’s (if any); execution of work;
To monitor the project
progress against time
frame & quality and To manage and coordinate day- To provide required help and
performance with, to-day coordination and follow- assistance to GUDC in getting
quality, security and up activities related to statutory statutory permission and
reliability levels of clearance from concerned clearance from concerned
required services as per central/state or local statutory central/state or local statutory
contract agreement with authorities; authorities;
……(CONTRACTOR)
during construction
phase, Testing and Not to use the establishments To facilitate CONTRACTOR)
Commissioning phase and services installed under this and GUDC for necessary
and Operation and agreement for organizations government approvals,
maintenance up to other than ……. (GUDC) and consents, licenses,
completion of 05-Years ..............(MUNICIPALITY(OWN authorizations, declarations
of Operation and ER)); and registrations as may be

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Responsibility of Responsibility of Responsibility of


.......(GUDC) ........(CONTRACTOR) ......(MUNICIPALITY(OWNER)

Maintenance period; necessary and advisable for


the performance of the Project
To disburse the payment To raise direct invoices to ...….
in accordance with this
to the (GUDC) against the
……….…(CONTRACTO works/services performed during Agreement;
R) on the basis of construction, testing and
performance reports and commissioning phase, as per
invoices submitted the terms of the Contract with To ensure that the
GUDC; ........(CONTRACTOR) comply
during construction, with all relevant and applicable
testing and provisions of the Contract;
commissioning phase
(including 3 months’ trial To raise direct invoices to ...….
run) as per the terms of (GUDC) against the
the Contract Agreement works/services performed during To ensure statutory
O&M phase up to completion of compliance while performing
with GUDC.; and
05-Years of Operation and the works/services under this
Maintenance period, as per the agreement; and
To disburse the payment terms of the Contract with
to the GUDC; and
………..…(CONTRACTO
R) on the basis of
performance reports and
invoices submitted from
the date of successful
commissioning up to
completion of 05-Years
of Operation and
Maintenance period as
per the terms of the
Contract with GUDC.

7. INVOICE AND PAYMENT

i. ..............(CONTRACTOR) shall raise direct invoices to ..............(GUDC) against the Requisite


Services so rendered during construction, testing and commissioning phase and during first 05-Years
of Operation &Maintenance phase, as per the terms and conditions as mentioned in the Work Order
No…………… dated ………... and Contract dated…………. signed with GUDC;

ii. The other terms and conditions as mentioned in the ……. (GUDC’s) Work Order
No.……….…dated…………. with ……. (CONTRACTOR) shall remain unchanged;

iii. Payment Responsibility matrix for GUDC and MUNICIPALITY(OWNER) is as under:

Payment Responsibility Break Payment to be made by Payment to be


down GUDC made by
Municipality
During Construction, Testing and 100% 0%

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Commissioning phase
During O & M Period is as under:
0% 100%

iv. During Construction, Testing and Commissioning phase GUDC shall make payment to contractor on
monthly basis.
v. It agreed and accepted by and among the Parties that Operation and maintenance period should be
05-Years. During the tenure of Operation & Maintenance period up to completion of 05-Years of
Operation and maintenance period, GUDC shall make payment to the Contractor on monthly basis.
During the tenure of Operation& Maintenance period, after completion of 05-Years of Operation and
maintenance period, GUDC shall handover Project to Municipality; and
vi. The Contractor shall provide Performance Guarantee Security of Rs. ----------. The Performance
Guarantee security for the Operation and Maintenance works i.e. 10% of the Operation and Period
cost shall be valid for 30 days after the date of successful completion of the Operation and
Maintenance period i.e. 05th Year and shall be released by ---------- after receipt of No Objection
Certificate (NOC) from Municipality(Owner).

8. DISPUTES WITH REGARDS TO INVOICING

Disputes with regard to incorrect Invoicing shall be governed by Contract dated---------- signed between
GUDC and CONTRACTOR and accepted by the ------Municipality under this agreement.

9. ENTIRE UNDERSTANDING

This Agreement along with work order dated-----, contract dated----- and tender document------- shall
constitutes the entire understanding of the parties related to the subject matter thereof. The agreement
may be amended only in writing and signed by Parties..............(MUNICIPALITY(OWNER)) ………….
(CONTRACTOR) and ..............(GUDC).

10. MISCELLANEOUS
a. The terms of this agreement shall not be construed to constitute a partnership, joint venture or
employer-employee relationship between the parties. This agreement along with any other relevant
document constitutes the whole of the agreement and understanding between the parties about the
subject matter.

b. In the event of any provision of this Agreement being held or becoming invalid, unenforceable or illegal
for any reason, this Agreement shall remain otherwise in full force apart from the said provision which
will be deemed deleted. The parties shall however attempt to replace the deleted provision with a
legally valid provision that reflects the same purpose of the deleted provision to the greatest extent
possible.

c. Headings used in this Agreement are for the convenience and ease of reference only and shall not be
relevant to or affect the meaning or interpretation of this Agreement.

d. No forbearance, relaxation or inaction by any party at any time to require the performance of any
provision of this Agreement shall in any way affect, diminish, or prejudice the right of such party to
require the performance of that or any other provision of this Agreement or be considered to be a
waiver of any right, unless specifically agreed in writing.

e. Each Party shall obtain and arrange for the maintenance in full force and effect of all Government
approvals, consents, licenses, authorizations, declarations, filings, and registrations as may be
necessary and advisable for the performance of all of the terms and conditions of this Agreement.

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

11. APPLICABLE LAW

The Agreement shall be governed by and construed in accordance with Indian Law.

12. ARBITRATION

Any disputes which may arise out of this Agreement, and which cannot be settled in discussions or
negotiations between the Parties, in connection with and arising out of contract, either of parties shall
raise their claim in accordance with provisions of Arbitration clause No. 30 of Volume IIA during
construction, testing, commissioning and trial run period and Clause no 15of Volume IIB during Operation
and Maintenance period as appearing in contract dated………….signed between GUDC’s and
CONTRACTOR for the Project, to resolve such dispute in good faith.

13. LIMITATION OF LIABILITY

Limitation & liability shall be governed by …….(GUDC’s) Work Order No. ……….…dated---- and contract
dated………….with …….. (CONTRACTOR).

IN WITNESS WHEREOF the parties hereto have executed these presents the day and year first above
written.

SIGNED AND DELIVERED BY in the presence of ………


(on behalf of GUDC)

Signature ………………………… Signature …………………………….


Name & Designation ………………… Name & Designation…………………
Address ………………………………… Address ………………………………
……………………………………… ………………………………………

SIGNED AND DELIVERED BY


in the presence of ………
(on behalf of CONTRACTOR.............)

Signature …………………………
Name & Designation ………………… Signature ………………………….
Address ………………………………… Name & Designation ………………
……………………………………… Address ……………………………
………………………………………

SIGNED AND DELIVERED BY in the presence of ………


(on behalf of MUNICIPALITY(OWNER)
.....................)

Signature ………………………… Signature ……………………….


Name & Designation ………………… Name & Designation ……………

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR


VOLUME I-TECHNICAL BID LIMBDI NAGARPALIKA WATER SUPPLY SCHEME

Address ………………………………… Address ……………………………


…………………………………… ………………………………………

GUJARAT URBAN DEVELOPMENT COMPANY, GANDHINAGAR

You might also like